Interoffice Memorandum
DATE: November 5, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Jorge Reyes, Assistant to Director, Utilities Department
PHONE: 407-254-9656
SUBJECT: Selection of Firm, Request for Proposals Y25-113-KS, Security Guard Services for Utilities
RECOMMENDATION:
title
Selection of one firm and two ranked alternates to provide Security Guard Services for Utilities, Request for Proposals Y25-113-KS, from the following firms alphabetically:
APS Consultants Inc. Dba American Protection Services and Investigations
Fidelity Security Agency, LLC
Security Alliance, LLC
Further request Board authorization for the Procurement Division to negotiate and execute a contract in the not-to-exceed amount of $16,244,065 for a five-year term. Further request Board authorization for the Procurement Division to renew the contract for two additional one-year terms.
Further request Board authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Orange County Utilities Department Fiscal and Operational Support Division] Procurement Division)
body
PROCUREMENT:
This contract will provide security guard services for 11 Utilities Department locations, including roving patrol coverage to ensure the safety and security of all designated sites.
FUNDING:
Funding is available in the following account numbers: 4420-038-1359-3197, 4420-038-1351-3197, 4420-038-1355-3197, 4420-038-1357-3197, 4420-038-1301-3197, 4420-038-1310-3197, 4410-038-1013-3197, 4420-038-1324-3197, and 4420-038-1328-3197.
DISCUSSION:
Twenty-seven proposals were received for this Request for Proposals (RFP) and evaluated in accordance with the criteria set forth in the RFP. A&A Associates, Ballast Security, Bangor Security Services, Inc., Blue Shield Security & Protection Inc., Excelsior Defense, Inc., PalAmerican Security, Public Safety International, Inc., Signal 88, LLC, and Universal Security Guard Association, Inc. were deemed non-responsive for failing to submit the Revised Fee Proposal form. Andy Frain Services Inc. was deemed non-responsive for failing to submit the Revised Fee Proposal form and failing to provide a unit price for line item #8. ATK Security LLC, Collins Security LLC, Critical Response Protection Group, J Protection Services, LLC, Professional Protective Custody Security, and Warrior Force Security were deemed non-responsive for failing to submit documentation required in the RFP. Gardaworld Security, Prospective Security Services LLC, and Universal Protection Service, LP were deemed non-responsive for qualifying their bid with additional terms and conditions. Security Engineers, Inc. was deemed non-responsive for failing to submit the Revised Fee Proposal form and qualifying their bid with additional terms and conditions.
American Guard Services, Inc., Buena Vista Security and Protection Agency, LLC Dba Vista Security Services International, Dynamic Integrated Security, Inc., and Wright Dynamics scored too low for Board consideration.
The Procurement Committee evaluated the proposals October 22, 2025. Commissioner Uribe was assigned to this Procurement Committee.
The scores of the Procurement Committee are attached.