Security Guard Tenders
Department Of Education Division Of Cagayan Tender
Others
Philippines
Details: Description Invitation To Bid For Procurement Of Security Services For The Schools Division Office Of Cagayan 1. The Department Of Education, Schools Division Office Of Cagayan, Through The Fy 2025 Mooe Intends To Apply The Sum Of Nine Hundred Thirty Thousand Pesos (p930,000.00) Being The Abc To Payments Under The Contract For Procurement Of Security Services For The Schools Division Office Of Cagayan / Goods2024-143. Bids Received In Excess Of The Abc Per Lot Shall Be Automatically Rejected At Bid Opening. Lot No. Project Description Contract Duration Qty Abc Amount (php) 1 Procurement Of Security Services For The Schools Division Office Of Cagayan No. Of Security Guards: 3 (2 Males And 1 Female) 1 Year 3 930,000.00 2. The Department Of Education, Schools Division Office Of Cagayan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Form January 01 To December 31, 2025. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Cagayan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 04 To December 23, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb Amounting To One Thousand Pesos (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally Or Through Electronic Means. 6. The Department Of Education, Schools Division Office Of Cagayan Will Hold A Pre-bid Conference On December 10, 2024 At 1:00p.m. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before December 23, 2024 At 1:00pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On December 23, 2024, At 1:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education, Schools Division Office Of Cagayan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Department Of Education Region 02 Schools Division Office Of Cagayan Regional Government Center Carig Sur, Tuguegarao City Cp No. 09972870927/09173159778 Sdo.cagayan@deped.gov.ph Bac.cagayan@deped.gov.ph 12. You May Visit The Following Websites: Deped-sdocagayan.com.ph For Downloading Of Bidding Documents: Sdo.cagayan@deped.gov.ph Date Of Posting: December 03, 2024 Philgeps/deped Georgann Gabilo-cariaso Asst. Schools Division Superintendent Bac Chairman
Closing Date21 Jan 2025
Tender AmountPHP 930 K (USD 15.8 K)
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Security and Emergency Services
United States
Details: Section 1: Introduction
the National Aeronautics And Space Administration (nasa) John F. Kennedy Space Center (ksc) Is Hereby Soliciting Information From Potential Sources For The Acquisition Of Protective Services, As Described Herein, Under A Contemplated Nasa Protective Services Contract -south Region (npsc-sr) Ii. The Npsc-sr Ii Contract Will Succeed The Current Npsc-sr Contract, With Performance Commencing No Earlier Than October 2026. The Npsc-sr Ii Will Support The Following Locations: Ksc, Johnson Space Center (jsc), Marshall Space Flight Center (msfc), Stennis Space Center (ssc), And Ames Research Center (arc), As Well As All Nearby Component Facilities, Including White Sands Test Facility (wstf) And White Sands Complex (wsc), And Michoud Assembly Facility (maf).
performance Under The Npsc-sr Ii Will Involve Access To And/or Generation Of Classified Information, Work In A Security Area, Or Both, Up To The Level Of Top Secret.
nasa Is Seeking Capabilities From All Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Serving Institutions (msi) For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business And Hbcu/msi Subcontracting Goals For This Requirement. However, The Requirements Of Far 19.815 Applies To The Npsc-sr Ii Acquisition.
the Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service-disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received.
the North American Industry Classification System (naics) Code Is 561612, Security Guards And Patrol Services, And The Corresponding Small Business Size Standard Is $29 Million, Calculated In Accordance With 13 Cfr 121.104.
section 2: Npsc-sr Ii Requirements
the Complete Npsc-sr Ii Requirements Under The Performance Work Statement Are To Be Defined. Requirements Contemplated Under The Npsc-sr Ii Include, But Are Not Limited To The Following, Which Are Based On The Best Information Available At The Time Of Publication And Is Subject To Revision:
information Security And Communications Security Involving The Safeguard And Transmission Of Classified National Security Information.
1. Information Security And Communications Security Involving The Safeguard And Transmission Of Classified National Security Information.
2. Emergency Preparedness, Emergency Operations, Continuity Of Operations, And Test, Training And Exercise.
3. Protective Services Communication Center Operations, Responsible For Providing Certified Dispatchers For Duties Such As Managing Communications For Both Emergency Services (i.e., 911 Police, Fire, And Emergency Medical Services) And Non-emergency Services; And Security Systems, Life Safety Alarms, Video Surveillance Systems, And Emergency Notification Systems Activation And Monitoring.
4. Physical Security To Include Safeguarding Individuals, Physical Assets, And Sensitive Information; Conducting Physical Security Assessments Of Facilities And Areas, Providing Locksmith Services For Locks, Keys, And Safes, Along With The Installation And Maintenance Of Electronic Security Systems And Physical Access Control Systems.
5. Security Operations, Which Involves The Deployment Of Uniformed Armed Security Police Officers And Security Officers Who Are Responsible For Various Tasks, Such As:
- Responding To Emergency Alarms And Incidents
- Conducting Investigations And Completing Reports
- Safety And Security Vehicle Entry Point Inspections
- Controlling Access To Perimeters, Facilities, And Scenes
- Supporting Events And Other Needs For Surge/increased Personnel.
- Acting As Special Weapons And Tactics Certified Emergency Response Team
- Utilizing Canines For Patrol, Explosive And Narcotic Detection.
- Managing Crowd Control
- Enforcing Federal And Local Laws, Agency Policies, And Traffic Regulations
6. Identity Credential And Access Management Services To Include Identity I-9 Verification, Issuance, Processing, And Control Of Badges, Passes, And Permits; And Processing And Compliance Verification For Foreign National Visits.
7. Personnel Security To Include Initiating, Reviewing, And Certifying Background Investigation Applications Using Defense Counterintelligence And Security Agency’s National Background Investigation Services Agency Portal And Electronic Application (eapp), Providing Customer Service To Personnel Completing Eapp, Tracking Investigation Status, And Capturing Case Notes.
8. Internal Security Education And Training In Areas Such As: Firearms Qualification, Defensive Tactics, Active Shooter Response, Physical Agility Test, Report Writing, Electronic Control Device, Oleoresin Capsicum, Baton, Handcuffing, And Traffic Stops.
9. Provide Protective Services Training By Qualified Personnel To Deliver Standardized Instruction, Including Federal Arrest Authority, And In Compliance With Federal Accreditation Requirements.
section 3: Industry Engagement
the Npsc-sr Ii Requirements Development Team (rdt) Intends To Hold Various Industry Engagement Opportunities Throughout The Acquisition Process. At This Time, The Npsc-sr Ii Rdt Contemplates One-on-one Meetings With Industry Following Receipt Of Capability Statements. The Purpose Of The One-on-one Meetings Is To Provide Respondents An Opportunity To Elaborate On Any Capabilities Expressed In Their Respective Capability Statements Of The Sources Sought Notice, To Enhance The Rdt’s Understanding Of Industry Capabilities And Feedback. Meetings Will Take Place From 9:00 Am To 5:00 Pm Eastern Daylight Time, The Week Of April 7, 2025, Via Conference Call Or Microsoft Teams. Meetings Will Not Exceed 30 Minutes In Length. Respondents Interested In Meeting With The Rdt Are Requested To Provide In Its Capability Statement The Names, Company Affiliation, And Titles Of Those Who Will Attend (to Include Your Respective Contract Manager(s) Or Contract Administrator(s)). Note: All Other Interested Parties May Contact The Contracting Officer Listed On Section 4 To Schedule Time To Meet With The Rdt To Provide Comments Or Feedback Regarding Strategy Feedback Or Capabilities. Industry Is Further Encouraged To Revisit This Notice For Announcement Of Any Additional Engagement Opportunities In The Future.
section 4: Submission Information
all Responses Must Be Submitted Electronically Via Email To The Contracting Officer At Ksc-npsc-sr-ii@mail.nasa.gov No Later Than 5:00 Pm Eastern Daylight Time On March 26, 2025. Please Reference The Notice Id 80ksc026r0001-ss And “npsc-sr Ii” In The Subject Line Of Any Response.
interested Firms Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement Of No More Than 15 Pages Indicating The Ability To Perform All Aspects Of The Effort. Do Not Include Proprietary Or Confidential Information.
a Page Is Defined As One Side Of A Sheet, 8 1/2" X 11", With At Least One-inch Margins On All Sides, Using Not Smaller Than 12-point Type. Foldouts Count As An Equivalent Number Of 8 1/2" X 11" Pages. Responses Must Be Submitted Electronically In Portable Document Format (pdf), With Searchable Text. The Capability Statement Must Include:
- Company’s Name, Address, And A Point Of Contact (name, E-mail Address, And Address);
- Unique Entity Identifier Number And Commercial And Government Entity (cage) Code;
- Number Of Years In Business And Annual Receipts Corresponding To The Period Of Measurement Used (see 13 Cfr 121.104(c));
- Company’s Size Under Naics Code 561612, Security Guards And Patrol Services, And The Corresponding Small Business Size Standard Is $29 Million;
- Company’s Socioeconomic Status
- Number Of Employees
- Gsa Contract Number With Expiration Date, Mas, And Sin (if Applicable) For The Npsc-sr Ii Requirements
- Ownership, Affiliate Information (as Applicable) Including Parent Company And Joint Venture Partners; Interest As A Prime Or Subcontractor;
- Interest As A Npsc-sr Ii Prime Or Subcontractor;
- Company’s Specific Capabilities That Are Relevant To The Requirements Contemplated Above. It Is Not Sufficient To Provide General Brochures Or Generic Information.capability Statements Must Include The Company’s Specific Area(s) Of Interest, As Well As Reference To Any Contracts Performed Since February 1, 2022, That Are Applicable To Those Areas.for Each Contract, Identify The Contract Number, Agency Or Customer Name, Period Of Performance, The Company’s Role (i.e., Prime Contractor Or Subcontractor), And Contract Or Subcontract Value; And Previous And Current Facility Clearance Levels (fcl).
section 5: Other
no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis.
this Sources Sought Notice Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
the Government Has Enabled The Interested Vendor List Feature For This Notice, Interested Firms Are Encouraged To Register. Provision Of This List Is Neither An Endorsement Nor Representative Of A Preference, By Nasa, For Any Of The Listed Companies.
nasa Clause 1852.215-84, Ombudsman, Is Applicable. The Center Ombudsman For This Acquisition Can Be Found At: Https://www.hq.nasa.gov/office/procurement/regs/procurement-ombuds-comp-advocate-listing.pdf
Closing Date26 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: The U.s. Army Corps Of Engineers, Japan District (poj) Is Providing A Pre-solicitation Notice Pursuant To Far 5.204 For An Upcoming Solicitation.
project Information:
project Title: Conversion To Secure Space
project Location: Okinawa, Japan
appropriation Type: Fy2025 Operation & Maintenance, Marine Corps (ommc)
product Service Code: R430, Support- Professional: Physical Security And Badging
project Naics: 561612, Security Guards And Patrol Services
project Description: This Contract Is To Provide Turn-key Construction Site Security Monitoring (cssm) Services For A Project For The Conversion To A Secure Space In Okinawa, Japan. The Cssm Contractor Shall Include All Aspects Of Physical, Personnel, Technical, And Procedural Security As Required For The Supported Secure Project To Fully Comply With Intelligence Community Directive 705 (icd) And The Construction Security Plan (csp) To Ensure Successful Accreditation Of The Secure Facility. The Purpose Of This Requirement Is To Provide Temporary Construction Security Infrastructure, Equipment, And Services As Well As Construction Security Surveillance Services In Accordance With (iaw) The Icd 705 And Department Of Defense (dod) Policies.
solicitation Information:
procurement Method:
procurement Method: The Government Intends To Issue A Solicitation Using Far Part 12 Commercial Item Procedures And Utilizing The Lowest Price Technically Acceptable Source Selection Process And Award A Firm-fixed-price Contract As A Result Of The Solicitation.
this Procurement Will Be Issued In Accordance With Far 4.403 And Dfars Pgi 204.403 And Comply With Dod 5220-22-m - National Industrial Security Program Operating Manual (nispom), Dod 5220.22-r - Industrial Security Regulation, And Icd-705 - Intelligence Community Directive 705.
offeror’s Must Have A Valid U.s. Facility Clearance Level (fcl) Of Top Secret Or Higher To Receive And Respond To The Upcoming Solicitation. This Project Includes Contract Plans, Specifications, And Drawings That Are Controlled Unclassified Information (cui) Which Can Only Be Released To Offerors Possessing The Required Fcl. The Government Anticipates The Solicitation Being Available No Later Than February 2025.
if You Have The Proper Fcl And Are Interested In This Project, Please Submit The Following To Marygrace.a.cortez@usace.army.mil And Michael.f.morris@usace.army.mil:
your Request Shall Be Received No Later Than 2:00 Pm, 14 February 2025, Japan Standard Time And Contain The Below Items.
company Name, Address, And Point Of Contact
commercial And Government Entity (cage) Code: The Cage Code Will Be Used To Validate Your Company’s Dod Top Secret Facility Clearance Level (fcl).
completed And Signed “attachment A – Controlled Unclassified Information Non-disclosure Agreement” For Everyone That Will Have Access To The Cui Solicitation Documents.
completed And Signed “attachment B - Instruction For Handling And Dissemination Of Controlled Unclassified Information” For Every Person That Will Have Access To The Cui Solicitation Documents.
email Address That Correspondence Related To This Project Can Be Sent. This Email Address Shall Only Be Accessible By U.s. Citizens Who (1) Have Executed The Attachment A And B Above And (2) Need To View The Cui To Propose Or Perform On The Contract.
no Solicitation Documents Will Be Released Until All Information Above Has Been Received By The Government And Fcl Has Been Verified. Your Request Shall Be Received No Later Than 2:00 Pm, 14 February 2025, Japan Standard Time. If Verified To Have The Proper Top Secret Fcl, The Government Will Send Solicitation Documents Once Available Via Dod Secure Access File Exchange (safe) To The Provided Email Address.
additionally, All Interested Companies Shall Be Actively Registered In The System For Award Management (sam) Database To Be Eligible To Receive The Solicitation And For Award Of Government Contracts. Information On Registration And Annual Confirmation Requirements May Be Found At Http://www.sam.gov.
additional Information:
contracting Office Address:
u.s. Army Corps Of Engineers, Japan District
contracting Division
unit 45010
apo, Ap 96338-5010
contracting Officer:
mr.michael Morris
office (dsn): 315-263-8724
office (commercial Direct): 046-407-8724
office (international Direct): 011-81-46-407-8724
email: Michael.f.morris@usace.army.mil
contract Specialist:
ms. Mary Grace Cortez
office (dsn): 315-263-8835
office (commercial Direct): 046-407-8835
office (international Direct): 011-81-46-407-8835
email: Marygrace.a.cortez@usace.army.mil
Closing Date14 Feb 2025
Tender AmountRefer Documents
City Of Cagayan De Oro Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Procurement Of 1 Lot Security Services; Pr No. 25-0396 Dated February 14, 2025; Sn 32-2025 1. The City Government Of Cagayan De Oro, Cpso 2025 Operation & Maint. Of Cdo River Boulevard (burgos To Puntod Section) Security Services - 18 Security Guards (8 Hours @21,000.00/mo.), Intends To Apply The Sum Of Four Million Five Hundred Thirty Six Thousand And 0/100 Pesos (php4,536,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of 1 Lot Security Services; Pr No. 25-0396 Dated February 14, 2025; Sn 32-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 1 Lot Security Services Delivery Of The Goods Is Required Within Twelve (12) Months From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 03 April 2025 To 12:00 Noon Of 24 April 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 03 April 2025 To 12:00 Noon Of 24 April 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 10 April 2025; 2:00 P.m. At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 24 April 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 24 April 2025 At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date24 Apr 2025
Tender AmountPHP 4.5 Million (USD 80 K)
Professional Regulation Commission - PRC Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description The Professional Regulation Commission-cordillera Administrative Region (prc-car) Regional Office, Through The Regional Bids And Awards Committee, Is Inviting Interested Service Providers For The Provision Of Security Services (fy 2025-2027), For A Period Of Two (2) Years And Nine (9) Months Covered By A Multi-year Contractual Authority (myca) From April 1, 2025 To December 31, 2027, Under Negotiated Procurement-two Failed Biddings. The Approved Budget For The Contract (abc) Is One Million One Hundred Nineteen Thousand One Hundred Seventy-seven Pesos (php1,119,177.00). The Negotiated Procurement For The Provision Of Security Services (fy 2025-2027) Will Be Undertaken In Accordance With Section 51.3 Of The 216 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act” And Related Issuances. Interested Service Providers Are Invited To Submit An Accomplished Sealed Quotation To The Regional Bids And Awards Committee Secretariat, Pine Lake View Building, No. 09 Otek Street Corner Benjamin R. Salvosa Drive, Rizal Monument, Baguio City. I. Terms And Conditions: • Price Quotation/s, To Be Denominated In Philippine Peso Shall Be Inclusive Of Vat And All Applicable Taxes And Fees Payable, And Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Quotations. • The Rbac Reserves The Right To Re-compute The Detailed Costs Presented By The Bidder In Order To Reflect The True And Actual Amount Of The Bid. • All Bid Prices For The Duration Of The Contract Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And If During The Term Of The Contract The Procuring Entity Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. • In Case Of Conflict Between The Price Expressed In Words And The Price In Figures, The One Expressed In Words Will Prevail. • In Case Of Tie, The Lowest Calculated Quotation (lcq) Shall Be Determined Through Draw Lots. • All Quotations Exceeding The Approved Budget For The Contract Shall Be Automatically Rejected. • Award Of Contract Shall Be Made To The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) With The Lowest Quotation That Complies With The Terms And Conditions And Technical Specifications Stated Herein. • The Bidder Must Ensure Timely Delivery Of The Requirements From The Date Of Receipt Of Notice To Proceed, Subject To Liquidated Damages As Prescribed In Ra 9184 And The 2016 Revised Implementing Rules And Regulations For Non-compliance. • This Rfq Must Be Accomplished Completely And Accurately And Duly Signed By The Bidder’s Authorized Representative. • The Contents Of This Rfq Shall Not Be Altered In Any Way. Any Erasure Or Overwriting Herein Shall Be Valid Only If They Are Properly Signed By The Bidder’s Authorized Representative. • Bids That Fail To Comply With The Minimum Documentary Requirements To Be Submitted During The Opening Of Bids Shall Be Automatically Disqualified And Shall Not Be Included In All Subsequent Stages Of The Procurement Process. • Interested Prospective Service Providers Who Are Legally, Technically And Financially Capable Shall Refer To The Following Schedule Of Activities And Instructions: The Prc-car Will Hold The Negotiation For Interested Service Providers On March 13, 2025 At 10:00 Am At The Confidential Printing Room, 5th Floor, Prc-car Regional Office, Pine Lake View Building, No. 09 Otek St. Corner Benjamin R. Salvosa Drive, Rizal Monument, Baguio City Or Via Videoconferencing. For Proper Coordination, All Interested Service Providers Are Hereby Required To Submit A Letter Of Intent To Participate Via Email To Prcbaguio.regionalbac@gmail.com On Or Before March 12, 2025. Bid Opening Shall Be On March 19, 2025 At 10:01 Am Therefore, Quotation And Documentary Requirements Must Be Received By The Rbac Secretariat At The Address Given Below On Or Before March 19, 2025 At 10:00am (philippine Standard Time). Late Bids (submitted At 10:01am Onwards) Shall Not Be Accepted. The Sealed Envelopes Shall Be Submitted To: Mary Jane T. Porte Rbac Secretariat Professional Regulation Commission – Car Regional Office Pine Lake View Building No. 09 Otek Street Corner Benjamin R. Salvosa Drive, Rizal Monument 2600 Baguio City
Closing Date19 Mar 2025
Tender AmountPHP 1.1 Million (USD 19.5 K)
City Of Cagayan De Oro Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Procurement Of 1 Lot Security Services; Pr No. 25-0397 Dated February 14, 2025; Sn 31-2025 1. The City Government Of Cagayan De Oro, Cpso 2025 Operation & Maint. Of Cdo River Boulevard Paseo De Oro To Macasandig Section: Security Services - 21 Security Guards, Intends To Apply The Sum Of Five Million Two Hundred Ninety Two Thousand And 0/100 Pesos (php5,292,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of 1 Lot Security Services; Pr No. 25-0397 Dated February 14, 2025; Sn 31-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 1 Lot Security Services Delivery Of The Goods Is Required Within Twelve (12) Months From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 03 April 2025 To 12:00 Noon Of 24 April 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 03 April 2025 To 12:00 Noon Of 24 April 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 10 April 2025; 2:00 P.m. At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 24 April 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 24 April 2025 At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date24 Apr 2025
Tender AmountPHP 5.2 Million (USD 93.3 K)
City Of Cagayan De Oro Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Procurement Of 1 Lot Security Services; Pr No. 25-0395 Dated February 14, 2025; Sn 26-2025 1. The City Government Of Cagayan De Oro, Cpso 2025 Operation & Maint. Of Amphi-theater Security Services - 4 Security Guards @21,000.00/mo. Intends To Apply The Sum Of One Million Eight Thousand And 0/100 Pesos (php1,008,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of 1 Lot Security Services; Pr No. 25-0395 Dated February 14, 2025; Sn 26-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 1 Lot Security Services Delivery Of The Goods Is Required Within Twelve (12) Months From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 20 March 2025 To 12:00 Noon Of 10 April 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 20 March 2025 To 12:00 Noon Of 10 April 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 27 March 2025; 2:00 P.m. At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 10 April 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 10 April 2025 At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date10 Apr 2025
Tender AmountPHP 1 Million (USD 17.6 K)
Infanta quezon Water District Tender
Others
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 01-001-s25 Request For Quotation (rfq) For “procurement Of Security Services From March 1, 2025, To December 31, 2025” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of Seven Hundred Twenty-six Thousand Pesos (₱ 726,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted According To The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., January 13, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Your Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “procurement Of Security Services From March 1, 2025, To December 31, 2025,” Or You May Send It By Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Completed And Performed From March 1, 2025, To December 31, 2025. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of Security Services From March 1, 2025 To December 31, 2025” Shall Completed And Performed From March 1, 2025, To December 31, 2025. Item No. Description/specifications Qty. Unit 1 Procurement Of Security Services For March 31, 2025, To December 31, 2025, 1 Lot The Security Agency Shall: 1. Ensure That The Security Guards Shall Have The Following Minimum Qualifications: A. Of Good Moral Character And Reputation, Courteous, Alert, And Without Criminal Or Police Record. B. Physically And Mentally Fit. C. Holder Of Valid Security License Issued By The Sosia D. Has Undergone The Required Training And Instructions E. Holder Of Neuro-psychiatric And Drug Test Clearances Issued By A Clinic Duly Accredited By The Pnp 2. Provide Security Services For Twenty-four (24) Hours A Day Inclusive Of Holidays 3. Provide Three (3) Security Personnel 4. Provide Guarding Schedule As Follows: No. Security Station Tour Of Duty No. Of Hours Days Of Duty 1 Iqwd Building – Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 1st Shift: 8:00 A.m .– 4:00 P.m. 8 Hours Mon-sun 2 Iqwd Building – Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 2nd Shift: 4:00 P.m .– 12:00 A.m. 8 Hours Mon-sun 3 Iqwd Building – Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 3rd Shift: 12:00 Midnight – 8:00 A.m. 8 Hours Mon-sun Contract Duration: Ten (10) Months Inclusion: 13th Month Pay Overtime Night Differential ***nothing Follows***
Closing Date13 Jan 2025
Tender AmountPHP 726 K (USD 12.4 K)
Metro Roxas Water District Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Bids And Awards Committee Invitation To Bid No. 049-2025 The Metro Roxas Water District (mrwd), Through Its Bids And Awards Committee (bac), Invites Security Agencies/security Service Providers To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project: Contract For The Procurement Of Security And Janitorial Services Location: Mrwd Building, Km.1, Roxas City Place Of Delivery: Mrwd Main Office, Water Treatment Plants, Pumping Stations And Other Installation Brief Description: One Year Contract Of Thirty-eight (38) Security Guards And Seven (7) Utility Workers Total Approved Budget For The Contract (abc): Php 16,150,664.40 Approved Budget For The Contract (abc) For Lot 1: Php 14,067,990.24 (security Services) Approved Budget For The Contract (abc) For Lot 2: Php 2,082,674.16 (janitorial Services) Source Of Funds: Mrwd Corporate Budget For Fiscal Year 2025 Mode Of Procurement: Public Bidding Contract Duration: One (1) Year From Effectivity Of The Contract And Notice To Proceed Delivery Of Services: One (1) Year From Effectivity Of The Contract And Notice To Proceed The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/ Fail” Criteria. In Order To Qualify In The Bidding, A Bidder Must Have An Existing Security Agency Office Within Roxas City For At Least Two (2) Years And Has No Adverse Decided Case With Dole And Nlrc. Bid Evaluation And Post-qualification Will Also Be Conducted To Determine The Responsiveness Of The Lowest Calculated Bidder (lcb). All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Revised Implementing Rules And Regulations (irr). The Schedule Of Activities Is Listed, As Follows: A C T I V I T I E S S C H E D U L E 1. Advertisement April 2-9, 2025 2. Issuance Of The Bidding Documents April 2, 2025– Until 8:45 Am Of April 23, 2025 3. Pre-bid Conference (hybrid Bidding) April 10, 2025 At 9:00 A.m. 4. Deadline For The Submission, Opening Of Bids, Pre-qualification, And Evaluation Of Bids (hybrid) April 23, 2025 At 9:00 A.m. 5. Post-qualification Of Bids April 24-28, 2025 The Bid Documents Will Be Available To Prospective Bidders From The Address Stated Below. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Duly Authorized Representative. Any Prospective Bidders May Submit Separate Bids For Lots 1 & 2 Or All Lots (lots 1 & 2). A Bidder Who Intends To Participate In All Of The Lots Will Pay The Amount Of Twenty-five Thousand Pesos (p25,000.00). While, A Bidder Who Intends To Participate In Lot 1 Shall Pay The Amount Of Twenty-five Thousand Pesos (p25,000.00) And Lot 2- Five Thousand Pesos (p5,000.00). Amount Paid For The Bid Documents Are Non-refundable. The Submitted Bid By Prospective Bidders Shall Not Exceed The Abc For Each Lot. It Is Highly Recommended That Interested Bidder/s Should Attend The Pre-bid Conference In Order To Avail All The Necessary Information Of The Bidding At Hand And Be Guided With The Preparation Of The Technical And Financial Components Of The Contract. A Bidder Must Have At Least One (1) Single Largest Completed Contract Equivalent To Or At Least Fifty Percent (50%) Of The Abc For The Last Five (5) Years Which Is Similar In Nature To The Services Being Offered. The Mrwd Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Mrwd Also Reserves The Right To Accept Or Reject Any Bid, To Declare The Bidding A Failure, Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidders. Furthermore, The Mrwd Reserves The Right To Waive Any Minor Defects Or Informality And To Accept The Proposal Most Advantageous To The District. All Bidders Are Requested To Download In The Philippine Government Electronic Procurement System (philgeps) The Invitation To Bid And The Bidding Documents, In Compliance With Section 37.1.6 Of The Revised Implementing Rules And Regulation (irr) Of R.a. No. 9184 For The Posting Of Notice To Award. (originally Signed) Engr. Allan D. Alcorano Chairperson Address: Metro Roxas Water District Mrwd Bldg., Km. 1, Roxas City, Capiz Contact Person: Anna Rhea R. Basilonia Acting Head, Bac Secretariat Tel. No. (036) 6210-737 Or 6210-044 Local No. 125 Telefax No. 6217-382 Email Address: Bacsec@metroroxaswd.gov.ph Place(s) Of Publication: Philgeps And Mrwd Websites (http://metroroxaswd.gov.ph), And Bac Bulletin Board
Closing Date23 Apr 2025
Tender AmountPHP 16.1 Million (USD 284.8 K)
OFFICE OF PROCUREMENT OPERATIONS USA Tender
Security and Emergency Services
United States
Details: The U.s. Department Of Homeland Security, Federal Protective Service (fps), Is Conducting Market Research To Identify Small Business Contractors Capable Of Providing Armed Protective Security Officer (pso) Services At Various Locations Throughout Minnesota And Wisconsin And The Surrounding Area. Pso Services Are Defined In Three (3) 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. Temporary Additional Services (tas) Are Services Beyond The Basic Service Requirements. Tas Are The Short Term, Short Notice, Non-recurring Needs For Service. Ess Are Services Required During Occurrences Of Natural Disasters, Civil Disturbances, Or Other Unanticipated Events.
the Federal Protective Service 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.
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: Table Of Size Standards (sba.gov).
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 323,000 Hours Or More Per Year For The Required Services With A Workforce Of Approximately 192 Or More Employees . 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 Throughout Minnesota And Wisconsin. In Furnishing These Services, Interested Entities Shall Provide All Necessary Management, Supervision, Training, 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; X-ray, Magnetometer, And Handheld Wand Screening Operations; Control Center Operations; Traffic Control; Keys And Access Control; And Visitors Processing. This Will Include Approximately 192 Pso Employees Manning Approximately 128 Posts At Geographically Dispersed Facilities Throughout Minnesota And Wisconsin.
providing Competent, Trained, Uniformed Armed 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 Top Secret Level Clearance).
Closing Date4 Mar 2025
Tender AmountRefer Documents
5601-5610 of 5645 archived Tenders