New York Bids > Bid Detail

Armed Protective Security Officer (PSO) Services for New York City Metro (Manhattan & Bronx) for Federal Protective Service

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159492973872240
Posted Date: Mar 6, 2023
Due Date: Mar 14, 2023
Solicitation No: 70RFPACQDIV1NYCMETRO
Source: https://sam.gov/opp/1cc58c9e41...
Follow
Armed Protective Security Officer (PSO) Services for New York City Metro (Manhattan & Bronx) for Federal Protective Service
Active
Contract Opportunity
Notice ID
70RFPACQDIV1NYCMETRO
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
FPS EAST CCG DIV 1 ACQ DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 06, 2023 12:45 pm EST
  • Original Published Date: Mar 03, 2023 04:14 pm EST
  • Updated Response Date: Mar 14, 2023 12:00 pm EDT
  • Original Response Date: Mar 14, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    Bronx , NY
    USA
Description

The U.S. Department Homeland Security, Federal Protective Services (FPS), is conducting market research to identify small business contractors capable of providing Protective Security Officer (PSO) Services at various locations throughout the New Your City Metro service area (Manhattan & Bronx). PSO Services are defined in three categories: PSO Basic Services, Temporary Additional Services (TAS), and Emergency Security Services (ESS). PSO Basic Services are the permanent ongoing services pre-scheduled with monthly fluctuating schedules or any other services added up to any established maximums identified in the contract. TAS are services beyond the basic service requirements. TAS are the short term, short notice, non-recurring needs for service. ESS are services beyond the basic and TAS service requirements. ESS services are used in the event of a National and/or State declared Federal Emergency disaster requiring additional PSO resources to be established on short notice, and generally in commercial or make-shift facilities (i.e. Federal Emergency Management Agency disaster recovery location).



The FPS protects Federal facilities and those who occupy them by conducting law enforcement and protective security services and leveraging access to the intelligence and information resources of our network of Federal, state, local, tribal, territorial, and private sector partners. The FPS mission is to prevent, protect, respond to and recover from terrorism, criminal acts, and other hazards threatening the U.S. Government’s critical infrastructure, services, and the people who provide or receive them.



FPS is seeking information from small business contractors who have performed armed PSO efforts in the last three years that were approximately 700,000 hours per year, either individually on one contract or in the aggregate on several contracts. Contractors must be fully licensed in the state of New York to perform this type of service.



THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE ONLY.



THIS IS A SOURCES SOUGHT SYNOPSIS for information and planning purposes only and is not to be construed as a commitment by the Government. This Sources Sought Notice is released pursuant to FAR Part 10 Market Research and is issued for the purpose of identifying available sources (interested entities) capable of performing the requirement. This is not a solicitation announcement for proposals and NO CONTRACT will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The information gathered from this source sought notice will be utilized in the Government’s determination on contract and business type utilized in the solicitation.



The North American Industrial Classification System (NAICS) code for this effort is 561612, Security Guards and Patrol Services, with a small business size standard of $29M. The NAICS Code and corresponding size standard is provided to determine the appropriate business size in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration's web site: https://www.sba.gov/document/support-table-size-standards.





PURPOSE:



The purpose of this Sources Sought Notice is to solicit input and gauge interest among those parties experienced in security support services for the Department of Homeland Security, FPS. The anticipated magnitude of this effort is estimated to be 703,000 hours or more per year for the required services. Interested entities would be required to provide armed Protective Security Officers, as defined in the statement of work and contract exhibits, at federally owned, leased, or occupied facilities protected by the Federal Protective Service at various locations located in the New York City Metro service area. Geographically, New York City Metro is an area that covers a geographic area of approximately 65.25 square miles. The contract supports 215-225 posts in 34 facilities. In furnishing these services, interested entities shall provide all necessary management, supervision, personnel, materials, supplies and equipment except as otherwise indicated, and shall plan, schedule, coordinate, and ensure effective performance of, and conformance to all aspects of the statement of work.





OBJECTIVES:



This requirement includes providing physical security services (armed PSOs) for all areas identified. A successful entity would be required to provide trained armed security personnel to fulfill the functions of the Statement of Work (SOW).



The primary functions required for an effort of this nature will include, but is not limited to the following:




  • Armed PSOs; patrols and response access control; badging; screening operations; control center operations; traffic control; keys and access control; and visitors processing. This will include approximately 320 full time PSO employees manning approximately 215-225 posts at 34 facilities.

  • Providing competent, trained, uniformed security officers who meet the standards for providing guard services in the applicable localities.

  • Contract management, supervision, manpower (technically trained personnel to provide routine and emergency site security services protection and support services), training, screening, equipment, supplies, licenses, permits, certifications, insurance, preemployment screenings, reports, files, and any other resources necessary to satisfactorily perform the requirements of this effort. All work performed must satisfy the requirements of all laws, regulations, FPS orders, directives, and guidelines.

  • Provide security services twenty-four (24) hours per day, seven (7) days per week, and 365 days per year (24/7/365). The level of effort will be determined by the specific security condition level at any time as well as response to short-term events such as other unforeseen non-emergency or emergency situations.

  • Responsible for conducting adequate background checks to ensure that personnel hired can obtain and maintain the applicable security clearance (up to and including a Secret level clearance).





EXPRESSION OF INTEREST/CAPABILITY STATEMENT:



In addition to completing and returning Attachment 1 (Contractor/Vendor Information Sheet), interested contractors are requested to provide a capability statement (brief discussion), with specific emphasis placed on the area of support described above, that does not exceed 5 pages in total with sufficient details to provide responses to the following information:



Contractor/Vendor Information Sheet



Legal Business Name



Click or tap here to enter text.



Unique Entity Identifier No



Click or tap here to enter text.



Mailing Address



Click or tap here to enter text.



City, State, Zip Code



Click or tap here to enter text.



Country



Click or tap here to enter text.



Toll Free Number



Click or tap here to enter text.



Website Address



Click or tap here to enter text.



Point of Contact



Click or tap here to enter text.



Phone Number



Click or tap here to enter text.



Fax



Click or tap here to enter text.



E-mail Address



Click or tap here to enter text.



My interest in this project is as a (please check one):



☐ Prime Contractor ☐ Joint Venture



☐ Other (Describe): Click or tap here to enter text.



Have you performed guard services under NAICS code 561612?



Choose an item.



Confirm you are a small business under NAICS code 561612 for guard services.



If yes:



☐ Small Disadvantage Business



☐ Hubzone



☐ Women Owned Small Business



☐ Service-Disabled Veteran-Owned Small



Business



☐ Other





If No:☐



Registered in SAM



Choose an item.



Can you obtain a security license in



Georgia under your legal business name or a wholly owned subsidiary of your business?



Choose an item.



Does your organization have or previously have had a Top Secret Facility Clearance from the Defense Security Service (DSS).



Choose an item.





Attachment 1



Responses to questions 1-5 below shall all fit on this page +1 additional page if needed (the form will adjust).



1. If your organization has not performed projects of the estimated magnitude (703K/year), either individually or in the aggregate, please identify the largest portion (estimated annual hours) that your organization can perform.



Click or tap here to enter text.



2. Does your organization currently possess active licenses and/or permits to perform armed guard services in the New York City Metro area?



Click or tap here to enter text.



3. Describe your organization’s ability to manage a contract of this size staff covered by a mixture of Collective Bargaining Agreement and the Service Contract Act. Include experience working with Unions and CBA’s.



Click or tap here to enter text.



4. Describe your organization’s ability to assume the financial responsibilities associated with receiving a contract of this size and ability to transition/start up and sustain operations for at least 150 days after award before payment will be received. Specifically, discuss the assurance that resources are available to meet payroll, subcontracting, and operational obligations at this magnitude. Please do not provide financial statements as part of your response.



Click or tap here to enter text.



5. If subcontracting/teaming is anticipated, describe your organization’s experience in successfully managing subcontracts/teaming partners. Include a detailed description of how your organization guarantees the performance and participation of the potential subcontractor/teaming partner, including a description of the type and expected levels of subcontracting/teaming (magnitude), as well as the type of work that a subcontractor/teaming partner may perform for your organization. Include any existing partnerships or mentor-protégé’ agreements you currently have with a large business partner that may facilitate your ability to coordinate performance on a contract larger in size than your past performance projects.



Click or tap here to enter text.



6. Identify at least 3 customers/projects from the past 3-years and a brief description of the work performed for each customer. Responses should clearly describe previous work that would articulate those protective services (armed) were performed on a similar scale to what is described above. Provide the contract number, point of contact, telephone number and email address for each referenced contract. If an assessment report is resident in the CPARS System for any of the customers/projects referenced, you only need to provide the contract number and the Government will pull the report.



Click or tap here to enter text.





DISCLAIMERS AND INFORMATION:



DHS, FPS reserves the right to use all information submitted by, or obtained from, an interested party in any manner DHS, FPS determines appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response.



All interested parties responding to this sources sought notice must submit their responses no later than 3/14/2023 12:00:00 PM EST via email to Melissa Hally at melissa.hally@fps.dhs.gov and FPSACQDIV1@fps.dhs.gov.



You are strongly encouraged to submit your responses to this Sources Sought Notice at least 3 hours before the specified due date/time in order to have time to resolve any transmission problems.



As previously indicated, this is NOT a solicitation, therefore, no cost or pricing information should be provided. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the entity’s expression of interest and capabilities statement (as identified above) along with their respective business size based upon the list provided. It is not mandatory for an offeror to respond to this sources sought notice in order to respond to a subsequent solicitation when/if issued.


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 1.docx (opens in new window)
25 KB
Public
Mar 03, 2023
Contractor Information Worksheet.docx (opens in new window)
30 KB
Public
Mar 03, 2023
file uploads

Contact Information
Contracting Office Address
  • 701 MARKET STREET, SUITE 3200
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >