Skip to content
Department of Homeland Security

Level II - Armed Protective Service Officers and Patrol Services

Solicitation: 70FBR226R00000006
Notice ID: 97bb75abd1cd412684a9f49518fbe4e9

Solicitation from FEDERAL EMERGENCY MANAGEMENT AGENCY • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: PR. Response deadline: Apr 01, 2026. Industry: NAICS 561612 • PSC R430.

Market snapshot

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

12-month awarded value
$379,474,063
Sector total $2,020,558,356 • Share 18.8%
Live
Median
$25,897,341
P10–P90
$25,897,341$25,897,341
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
18.8%
share
Momentum (last 3 vs prior 3 buckets)
+535%($276,284,476)
Deal sizing
$25,897,341 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
Guaynabo, Puerto Rico • 00968 United States
State: PR
Contracting office
New York, NY • 10007 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PR20260017 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Puerto Rico • San Sebastian
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.69Fringe $0.70
+18 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 18 more rate previews.
Davis-BaconBest fitstate match
PR20260017 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • San Sebastian
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.69Fringe $0.70
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.52Fringe $0.58
+17 more occupation rates in this WD
Davis-Baconstate match
PR20260015 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Sabana Grande
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.75Fringe $0.66
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.52Fringe $0.58
+17 more occupation rates in this WD
Davis-Baconstate match
PR20260005 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Aguadilla
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.69Fringe $0.70
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.52Fringe $0.58
+17 more occupation rates in this WD
Davis-Baconstate match
PR20260034 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Juana Diaz, Villalba
Rate
CARPENTER
Base $13.07Fringe $0.99
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.85Fringe $0.00
Rate
ELECTRICIAN
Base $10.10Fringe $1.00
+6 more occupation rates in this WD

Point of Contact

Name
Brenda L. Cruz Rodriguez
Email
brenda.cruzrodriguez@fema.dhs.gov
Phone
202-615-1213
Name
Brendaliz Pinero
Email
brendaliz.pinero@fema.dhs.gov
Phone
787-600-5551

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
FEDERAL EMERGENCY MANAGEMENT AGENCY
Subagency
REGION 2
Office
Not available
Contracting Office Address
New York, NY
10007 USA

More in NAICS 561612

Description

The Federal Emergency Management Agency (FEMA) hereby issues this Request for Proposal (RFP) for Level II - Armed Protective Service Officers and Patrol Vehicle Services to provide physical security at all sites and facilities related to disaster recovery operations in support of declarations DR-4339-PR (Hurricane Maria), DR-4473-PR (Earthquakes), DR-4671-PR (Hurricane Fiona), DR-4850-PR (Tropical Storm Ernesto) and Logistics Management Directorate (LMD) Distribution Centers Caribbean (DCC) Bayamón, Cayey, and Ponce Warehouse Annexes fixed facilities, as well as any merging disaster to the recovery operations, encompassing all municipalities of the Commonwealth of Puerto Rico in accordance with the Statement of Work (SOW).

SAM Requirement - This solicitation requires registration with the System for Award Management (SAM) at the time an offer, quotation, or proposal is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Supplemental Information - Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A proposal will be incomplete and deemed non-responsive without all Supplemental Bid Information. All proposals shall be submitted in English, which includes description of services to be rendered and how they will be performed. All incomplete proposals will be deemed non-responsive.

Evaluation of Offers - The Government will evaluate proposals received in accordance with RFO FAR 12.203, Evaluation of Acquisition of Commercial Products and Commercial Services. An award will be made to the responsive, responsible contractor who provides the best value to the Government. A best value determination will be considered using the following factors: Technical Capability, Past Performance, and Price. The relative order of importance of the evaluation factors are as follows: Factor 1 -Technical Capability is significantly more important than Factor 2 – Past Performance. Furthermore, all non-price factors (Technical Capability and Past Performance), when combined, are significantly more important than Factor 3 – Price.

Stafford Act: Local Vendors During a Disaster - PROPOSALS WILL ONLY BE CONSIDERED FROM COMPANIES RESIDING OR DOING BUSINESS PRIMARILY IN PUERTO RICO. Potential offerors must meet the requirements for FAR 52.226-3, FAR 52.226-4 and, FAR 52.226-5 and be operating within Puerto Rico, which will be verified upon selection for award or otherwise will be determined ineligible for award. Local Vendor determination will be based on SAM Registration as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria per FAR 52.226-3(c), the offeror shall furnish documentation to support its representation in accordance with (IAW) FAR 52.226-3(c).

Refer to Page 51 of Solicitation under Section L for instructions on proposal submission.

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.