The Performance Work Statement (PWS) outlines the contractual requirements for providing Security Administration and Access Control Support to the United States Special Operations Command South (SOCSOUTH). The contract, structured as a non-personal services agreement, mandates the contractor to deliver necessary personnel, equipment, and supplies to ensure the security of SOCSOUTH's personnel, information, and facilities against various threats, including espionage and terrorism.
Key services include controlling access to the headquarters, developing personnel and physical security programs, and ensuring compliance with Department of Defense security regulations. The contract specifies a structured timeline comprising a 30-day phase-in period, a 9-month base period, and four optional 12-month extensions, contingent on funding availability.
Furthermore, the contractor must maintain rigorous quality control and implement an Operations Security program to safeguard sensitive information. Specific staffing requirements necessitate employees to hold appropriate security clearances, particularly Top Secret or Secret. The document also describes the importance of training, compliance with legal regulations, and the contractor’s accountability when managing access to government properties and information systems.
Overall, the PWS serves to establish a framework for ensuring security and compliance within SOCSOUTH’s operational environment while detailing the contractor's responsibilities and the necessary qualifications for personnel involved.
The Department of the Army's 410th CSB, RCO Miami, seeks market research responses for Security Administration and Access Control Support Services, aimed at enhancing the security programs of SOCSOUTH at the Homestead Air Reserve Base, Florida. This sources sought announcement is not a formal RFP, but intends to gauge interest from 8(a) small businesses and competitive vendors. Interested parties must provide detailed capability statements, referencing past experience in similar roles, management of subcontractors, and technical expertise necessary for compliance with security clearances and quality control plans. Special requirements include maintaining a TOP SECRET facility security clearance and ensuring background checks for personnel. The project is expected to last nine months with four additional one-year options, and the anticipated contract type is Firm Fixed Price. Responses must be submitted by October 11, 2024, by 2 PM local time, to the designated contract specialist. This initiative reflects the government’s focus on engaging small businesses while reinforcing stringent security protocols and operational standards.