Level II - Armed Protective Service Officers and Patrol Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, has issued a Request for Proposal (RFP) for Level II - Armed Protective Service Officers and Patrol Services. This opportunity seeks to provide physical security at various sites and facilities supporting disaster recovery operations across Puerto Rico, including specific FEMA Distribution Centers. This is a Local Area Set-Aside for firms primarily doing business in Puerto Rico. Proposals are due by April 1, 2026, at 11:00 AM ET.
Scope of Work
The contractor will provide armed protective services and patrol vehicle services to ensure physical security at FEMA facilities and disaster recovery sites throughout all municipalities of Puerto Rico, including Vieques and Culebra. This includes support for declarations DR-4339-PR, DR-4473-PR, DR-4671-PR, DR-4850-PR, and fixed facilities like the LMD Distribution Centers in Bayamón, Cayey, and Ponce. Services include access/egress control, security screening, visitor processing, patrols, incident reporting, and emergency response.
Contract Details
- Contract Type: Hybrid Labor Hour and Firm Fixed Price.
- Period of Performance: One (1) base year (April 15, 2026, to April 14, 2027) with one (1) option year.
- Labor Hour Ceiling: Not to exceed 197,830 Labor Hours for the contract.
- Set-Aside: Local Area Set-Aside (FAR 26.2) for small businesses residing or primarily doing business in Puerto Rico. To qualify, the offeror must have had its main operating office in Puerto Rico for the last 12 months, with at least 50% of gross revenues and 50% of permanent employees based there.
Submission & Evaluation
- Proposal Due Date: April 1, 2026, at 11:00 AM ET.
- Submission: Proposals must be submitted in two volumes: Technical Proposal Volume 1 and Business Proposal Volume 2. Refer to Page 51 of the Solicitation, Section L for instructions.
- Evaluation Factors: Award will be made to the responsive, responsible contractor offering the best value. Evaluation factors are:
- Technical Capability: Significantly more important than Past Performance.
- Past Performance: Significantly more important than Price.
- Price: Non-price factors (Technical Capability and Past Performance) combined are significantly more important than Price.
- Required Attachments: Offerors must complete Attachment 8 (CLIN Pricing Sheet), Attachment 5 (PSO On-Hand Uniform and Equipment Checklist), and provide a Statement of Contractor Assurance (Attachment 2).
Key Requirements & Notes
- Personnel Qualifications: PSOs must be U.S. Citizens, proficient in English, at least 21 years old, possess active Federal, State, and Local Firearms permits, and have at least two years of security/police or military experience. They must undergo a favorable suitability adjudication from FEMA.
- Equipment: Individually owned and licensed firearms, ammunition, and duty gear are acceptable if compliant with Puerto Rico laws and the SOW. Each post requires a two-way radio or equivalent.
- Wage Determination: The applicable Wage Determination is No. 2015-5707, Revision 28, dated 12/03/2025, for Protective Services labor category 27102 – Guard II, with a wage rate of $10.87 per hour.
- SAM Registration: Offerors must be registered and "ACTIVE" in the System for Award Management (SAM) at the time of proposal submission and award.