Skip to content
Department of State

US Mission Canada Local Guard Services

Solicitation: 19AQMM25R0246
Notice ID: 274e98f6662e49b58153a47595f8963b
TypeSolicitationNAICS 561612PSCS206DepartmentDepartment of StatePostedJan 31, 2026, 12:00 AM UTCDueFeb 20, 2026, 04:59 AM UTCExpired

Solicitation from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: Canada. Response deadline: Feb 20, 2026. Industry: NAICS 561612 • PSC S206.

Market snapshot

Awarded-market signal for NAICS 561612 (last 12 months), benchmarked to sector 56.

12-month awarded value
$66,750,458
Sector total $923,693,753 • Share 7.2%
Live
Median
$6,000
P10–P90
$4,000$1,703,206
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
7.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($66,750,458)
Deal sizing
$6,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Canada
Contracting office
Washington, DC • 20520 USA

Point of Contact

Name
Berel B. Dorfman
Email
DorfmanBB@state.gov
Phone
2023519934
Name
Katya Gutierrez
Email
gutierrezKV@state.gov
Phone
202-765-7807

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
ACQUISITIONS - AQM MOMENTUM
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 561612

Description

The U.S. Department of State (DOS) has a requirement for a qualified Contractor to provide Local Guard Services to support the U.S. Mission Canada-wide. The Government requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in the Performance Work Statement. The Contractor shall be required to provide services in a manner that prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks.

The Government anticipates awarding up-to three (3) Multiple Awarded IDIQs for this effort and Five (5) Task Orders.

The Government intends to award three (3) individual task orders immediately resulting from this solicitation:Task Order 1 (Ottawa/Halifax/Winnipeg), Task Order 2 (Toronto) and Task Order 3 (Montreal/Quebec City). While the Government reserves the right to issue individual Task Orders 4 (Vancouver) and individual Task Order 5 (Calgary) immediately as a result of this solicitiation, it may be in the best interest of the Government to award Task Order 4 (Vancouver) and Task Order 5 (Calgary) at a later date.

The anticipated Performance periods for the IDIQs and each Individual Order are outlined in Section F.1. 

Offerors shall provide a completed Restricted Access Request form to be provided access to the solicitation documents.

AMENDMENT A001: The purpose of this amendment is to: 1. Extend the proposal due date to Thursday, October 30, 2025 at 11:59PM ET; 2. Designate Fabiola A. Bellevue as the Contracting Officer, replacing Kenneth P. Bailey; and 3. Designate Kenneth P. Bailey as the Contract Specialist. Accordingly, Section G.1 and Section L.5 are hereby updated in their entirety.

AMENDMENT A002: The purpose of this amendment is to: 1. Provide the Exhibit U data entitled "Current Incumbent Compensation" (See Attached Exhibit U A002); 2. Provide the virtual site visit presentations (Reference Virtual Site Visit A002); 3. Update the Administrated By office in Block 7; 4. Update the Exhibit A data for Montreal (Reference Exhibit A Order 3 A002); and 5. Extend the proposal due date to December 15, 2025 at 11:59PM ET. Accordingly, Section L.5 is hereby updated, and all previous SAM.gov extension notices are resolved.

AMENDMENT A003: The purpose of this amendment is to: 1. Incorporate Equitable Price Adjustment Instructions to Contractors (Reference: Section H.21, Section J, EPA Worksheet Attachment, and Request for Attachment)., 2. Incorporate FAR 52.225-5 Trade Agreements Act (TAA) into Section I and Provision FAR 52.225-6 Trade Agreements Certificate into Section K.; 3. Update the anticipated Period of Performances for the Multiple-Award IDIQ and Individual Orders. Accordingly, Section F.1 is updated.; and 4. Extend the proposal due date to January 14, 2026 at 11:59PM ET. Accordingly, Section L.5 is hereby updated, and all previous SAM.gov extension notices are resolved.

Amendment A004: The purpose of this amendment is to: 1. Update the anticipated Period of Performances for the Multiple-Award IDIQ and Individual Orders. Accordingly, Section F.1 is updated.; and 2. Extend the proposal due date to January 28, 2026 at 11:59PM ET. Accordingly, Section L.5 is hereby updated, and all previous SAM.gov extension notices are resolved.

Amendment A005: The purpose of this amendment is to:1) Provide response to the Vendor Questions and clarifications (See Attached);2) Update Section C.9.2, Section H.5.1, H.5.1a, H.5.3, H.5.5, H.5.6, and Section L & Section M in their entirety; 3) Add clause 652.216-71, and remove Clauses 52.204-14 and 652.219-70. 4) Provide amended Exhibits for the IDIQ and Orders (See Attached);5) Update Section G.1 to identify Berel Dorfman as the Contracting Officer, removing Fabiola Bellevue and Kenneth Bailey; and 6) Extend the proposal due date to February 19, 2026 at 11:59PM. Accordingly, Section L.5 is hereby updated, and all previous SAM.gov extension notices are resolved.


CLOSING DATE/TIME:
02/19/2026 - 23:59 ET US/Eastern

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.