Supplier Information Request (SIR): Central Service Area Contract Armed Security Officer Services
Presolicitation from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: United States. Response deadline: May 14, 2026. Industry: NAICS 561612 • PSC S206.
Market snapshot
Awarded-market signal for NAICS 561612 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 561612
Description
1. General
The Federal Aviation Administration (FAA) Facility Security Team (FST) has a requirement for Security Officer (SO) services in several states throughout the continental United States under the National Security Officer Services (NSOS) Program. These services provide physical security safeguards for FAA employees, facilities, and United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage, and terrorism.
This Screening Information Request/Request For Proposals (SIR)/(RFP) is for SO Services in the Central Service Area (CSA). A complete listing of facilities included can be found in the attached SIR documents.
The Contractor must furnish all labor, supervision, materials, equipment, transportation, training, and management necessary to provide SO services in accordance with the stated requirements. The Contractor must implement all necessary scheduling and personnel and equipment control procedures to ensure timely accomplishment of all SO service requirements.
2. Contract Type and Period of Performance
The resulting award will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) and Labor Hour (LH) Contract Line Items CLIN(s). The period of performance is one base year and four one-year options with SO services anticipated to begin on September 30, 2026. It is the FAA’s intention that any new awardee will have an initial two-month transition period from contract award to the start of security officer services. This does not represent a guarantee and the transition period may be greater or less than two months.
3. Nature of Competition
This acquisition will involve the use of streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the FAA Acquisition Management System (AMS). The principle North American Industry Classification System (NAICS) code for this effort is 561612 - Security Guards and Patrol Services.
Adequate competition exists when two or more responsible Offerors, competing independently, submit priced offers that satisfy the Government’s expressed requirement.
All responses to this SIR must follow all submission instructions found in the attached SIR documents. The FAA will not pay any costs incurred in the preparation or submission of any response to this solicitation.
FAA uses the FAA Acquisition Management System (AMS) contracting regulations, not the Federal Acquisition Regulations (FAR).
4. Set-aside type:
Tiered Evaluation Process. See FAA AMS Procurement Guidance T.3.2.2.3.B.7 at
https://fast.faa.gov/docs/procurementGuidance/guidanceT3.2.2.3.pdf#nameddest=guidanceT3_2_2_3_B_7
For this procurement the tiered order of precedence in descending order is as follows:
- Small Businesses
- Other Than Small Busine
Once offers are received, FAA will evaluate a single tier of offers according to the order of precedence specified in the SIR. If no award can be made at the first tier (Small Businesses), the evaluation will proceed to the next lower tier until award can be made. If no award can be made at the first tier, offerors from the first tier continue on in the evaluation and are evaluated against offerors from each subsequent tier.
In accordance with (IAW) AMS Procurement Guidance T.3.2.2.3.B.7.a.(3), the CO must consider the tiers of small business concerns prior to evaluating offers from other than small business concerns. Offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible small business concerns were received.
5. Address, Time and Date for Submission of Proposals
(a) Proposals must be received by the FAA Contracting Officer Donald Sumner at Donald.C.Sumner@faa.gov on or before [See Section L].
(b) Offerors must request receipts for proposals if one is desired. All Amendments issued, if any, must be signed and submitted with the Offeror’s proposal.
(c) Offerors assume full responsibility for ensuring that proposals are received by the date and time specified above. Any proposals received after the date or time listed above will not be considered for award.
6. Questions
Questions pertaining to this SIR must be submitted in written form via email to Contracting Officer Donald Sumner at Donald.C.Sumner@faa.gov no later than [See Section L]. Questions and responses that clarify the SIR will be provided to all Offerors; however the source of the questions will not be shared. The FAA plans to publish responses to questions no later than [See Section L].
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.