Assistant Special Security Officer (ASSO)/ Command Special Access Program Security Officer (CMDSAPSO) Support Services
ID: M68909-25-I-7600Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSUPPLY OFFICERCAMP PENDLETON, CA, 92055-5171, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide Assistant Special Security Officer (ASSO) and Command Special Access Program Security Officer (CMDSAPSO) support services at Camp Pendleton, California. The procurement aims to ensure the security of classified Sensitive Compartmented Information (SCI) through technical, analytical, and administrative support, with contractors required to have a Top Secret/Sensitive Compartmented Information access and at least six years of relevant experience. This initiative is critical for maintaining operational readiness and compliance with security regulations within the Marine Corps Tactical Systems Support Activity (MCTSSA). Interested businesses must submit their capability statements by October 25, 2024, and can direct inquiries to Maricela Lerma at maricela.lerma@usmc.mil or Christopher Toft at Christopher.Toft@USMC.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Assistant Special Security Officer (ASSO) and Command Special Access Program Security Officer (CMDSAPSO) support services for the Marine Corps Tactical Systems Support Activity (MCTSSA). This initiative focuses on ensuring the security of classified Sensitive Compartmented Information (SCI) at MCTSSA through technical, analytical, and administrative personnel support. Key responsibilities include developing and implementing security protocols, investigating security incidents, and maintaining accreditation documentation for Sensitive Compartmented Information Facilities (SCIF). Contractors must possess a Top Secret/Sensitive Compartmented Information access, with at least six years of relevant experience. Compliance with various security regulations, including Operations Security (OPSEC) and Defense Counterintelligence Agency directives, is mandatory. The contract encompasses general requirements, deliverables, including accident reporting and monthly status updates, and protocols for contractor personnel management. Additionally, it emphasizes safety, privacy controls, and adherence to government property regulations. Overall, the PWS aims to deliver superior security measures through qualified personnel while ensuring operational readiness at MCTSSA.
    The Performance Work Statement (PWS) outlines the requirements for support services under the Marine Corps Tactical Systems Support Activity (MCTSSA) for an Assistant Special Security Officer (ASSO) and Command Special Access Program Security Officer (CMDSAPSO). The contractor will provide technical and administrative personnel to assist in managing security tasks, compliance with regulations, and ensuring the safeguarding of classified information. The document details responsibilities including program management, contractor personnel requirements, security requirements, and safety protocols. Key deliverables outlined include a management and technical plan, monthly status reports, and accident reports. The contractor must maintain adherence to various compliance documents and security protocols, obtain necessary clearances, and conduct regular training for personnel. Operational duties emphasize the evaluation and implementation of security measures and procedures within MCTSSA, as well as the development of standard operating procedures for handling Sensitive Compartmented Information (SCI). The PWS emphasizes the importance of executing tasks without government oversight to maintain non-personal service standards. This document serves as a crucial framework for contractors in the federal government procurement context, particularly regarding the sensitive and classified nature of military operations.
    The document outlines the Marine Corps Enterprise Desktop Standardization (MCEDS) 1.0.11.0, detailing supported and unsupported computer models as of October 2, 2024. It lists several computer manufacturers, including Dell, HP, and Getac, along with their respective models and specifications, indicating which models are available for purchase, have been supported, or are no longer eligible. Key information includes Windows operating system versions and procurement categories, such as End User Services (EUS) and Procurement Center for Excellence (PCE). The document emphasizes the necessity of using authorized models to avoid installation errors and provides an FAQ section addressing common inquiries about MCEDS installation and management. It supports ongoing government efforts to standardize and maintain technological infrastructure across military units, ensuring compliance with guidelines while emphasizing continuous updates for hardware and driver compatibility within the federal framework. This document serves as a crucial resource for personnel managing technology acquisitions in compliance with federal software and hardware standards, contributing to enhanced operational efficiency.
    The Marine Corps Tactical Systems Support Activity (MCTSSA) issued a Request for Information (RFI) M68909-25-I-7600 to gather market data for potential contractors who can provide Assistant Special Security Officer (ASSO) and Command Special Access Program Security Officer (CMDSAPSO) support services. This RFI is not a formal Request for Proposal (RFP) and does not imply a commitment from the Government to issue a solicitation or award a contract. The purpose is to identify qualified businesses capable of fulfilling outlined requirements in the accompanying Performance Work Statement (PWS). Interested parties must be registered in the System for Award Management (SAM) and are invited to submit responses by the specified deadlines, detailing their qualifications, business information, and crafting suggestions. Responses should not contain classified information and must be formatted in a searchable PDF format. The Government will use the information collected to inform future procurement methods and maintain confidentiality throughout the process. A Firm-Fixed Price contract is anticipated should a requirement develop following this market research.
    The Marine Corps Tactical Systems Support Activity (MCTSSA) has issued a Request for Information (RFI) seeking potential sources for Assistant Special Security Officer (ASSO) and Command Special Access Program Security Officer (CMDSAPSO) Support Services. This notice, identified as M68909-25-I-7600, serves as market research and does not constitute a request for proposals or bids, meaning no contract will be awarded from these responses. Interested businesses must be registered in the System for Award Management and are encouraged to submit capability statements by October 18, 2024. Responses should detail company qualifications, including contact information, business size, and relevant classifications. The objective is to identify qualified vendors to assist in the potential future procurement of these security support services, anticipated to be awarded as a Firm-Fixed Price contract. Respondents should not include classified information and responses will become the property of the Government. This preliminary outreach aims to assist in appropriate acquisition strategy development while ensuring compliance with operational sensitivity and proprietary guidelines.
    The Marine Corps Tactical Systems Support Activity (MCTSSA) has issued a Request for Information (RFI) M68909-25-I-7600 to gather market research on potential contractors capable of providing Assistant Special Security Officer and Command Special Access Program Security Officer support services. This notice is not a commitment to procure services but seeks to identify qualified businesses for future acquisitions. Interested entities must be registered in the System for Award Management (SAM) and are invited to submit capability statements by the deadline of 25 October 2024. Responses should include essential company information and must adhere to formatting guidelines, emphasizing the importance of unclassified content devoid of proprietary information. Questions from potential respondents were due by 4 October 2024, with responses provided in an attached document. The government retains the right to evolve the requirement and will not reimburse costs incurred from this RFI. This preliminary inquiry aims to facilitate strategic decision-making for future solicitation and potential contracting needs.
    The government file addresses inquiries regarding the upcoming contract M68909-25-I-7600, with specifications related to security personnel and contract performance. The contract requires one full-time employee with an active SCI clearance, primarily working weekdays on-site. The Program Manager role has been removed from the PWS, confirming no incumbent contractor is associated with this new requirement. The anticipated performance period spans one base year with four optional years, maintaining standard working hours without telework or 24/7 coverage. Training expectations for contractor personnel include completing specific courses before receiving a government email account and acquiring SSO certification upon contract award. Several clarifications are provided regarding contractor responsibilities, including the absence of provision for contractor equipment and confirmation that TSCM tasks are to assist and support government efforts, rather than conducting them independently. The document emphasizes compliance with established protocols and supplies essential details for prospective contractors to align their proposals accordingly, reflecting a clear structure of requirement and response.
    Similar Opportunities
    8(a) Contract Security Officer (CSO) Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential sources for an 8(a) Contract for Security Officer (CSO) Services to support the Pentagon Force Protection Agency (PFPA). The objective of this procurement is to ensure that security posts are adequately staffed, patrolled, and inspected, while maintaining the security of Entry Control Points (ECP) to prevent unauthorized access and ensure the safety of personnel within the National Capital Region, predominantly on the Pentagon Reservation. This contract is critical for delivering high-quality security and first-responder services that align with the PFPA's mission of protection and security. Interested parties can reach out to Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or call 703-545-2750 for further information regarding this opportunity.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    Site security services
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is seeking to modify an existing contract for site security services in Naples, Italy. The modification will include additional periods of performance for Construction Site Technician Leads (CST-Ls), Cleared American Guards (CAGs), and Construction Site Technicians (CSTs), with an estimated contract value of approximately $2.4 million. These specialized security services are critical for maintaining safety and operational integrity at construction sites in an overseas environment, necessitating a single-source procurement due to the unique requirements and urgency of the services. Interested parties may submit capability statements or proposals for market research purposes, and inquiries can be directed to Benjamin Hardy at benjamin.n.hardy.civ@us.navy.mil or by phone at 390815683979.
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    ATS FIELD TRAINING SYSTEM SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center in San Diego, is conducting a market survey to identify capable businesses for the ATS Field Training System Support Services contract. This procurement aims to secure support services for Aircrew Training Systems at the Naval Air Station in San Diego, California, with a focus on enhancing the acquisition process and potentially setting aside opportunities for small businesses. The anticipated contract will be a Firm Fixed Price type with a 12-month base period and four option periods, requiring approximately one full-time equivalent per year, estimated at 1912 hours. Interested parties must submit a capability statement by December 11, 2025, and direct any questions to Patricia Castillo at patricia.castillo26.civ@us.navy.mil by December 8, 2025.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    TAPO Technical Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking technical support services under the title "TAPO Technical Support Services." The procurement aims to acquire professional support focused on policy review and development, which is critical for enhancing operational effectiveness within the command. This opportunity underscores the importance of specialized support services in maintaining and improving defense strategies and operations. Interested vendors can reach out to Aurelio Medina at aurelio.k.medina.civ@socom.mil for further details regarding the procurement process.
    Enterprise Occupation Structure and Standards Development Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.