Security Administration and Access Control support services
ID: W91QEX25R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for Security Administration and Access Control support services at a facility located in Homestead, Florida. The procurement aims to establish a contractor capable of providing comprehensive security services, including personnel with specific security clearances and qualifications, as outlined in the Performance Work Statement (PWS). This opportunity is critical for maintaining the security and operational integrity of sensitive government facilities, reflecting the stringent regulatory environment surrounding national security contracts. Interested contractors should direct inquiries to Sandra Jeanlouis at sandra.jeanlouis.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil, with the contract being set aside for 8(a) participants under NAICS code 561210. The solicitation emphasizes the importance of contractor experience and adherence to security protocols, with a structured staffing model and performance checks required throughout the contract duration.

    Files
    Title
    Posted
    The document appears to be an inaccessible PDF, as it prompts the user to update their PDF viewing application. Consequently, it lacks substantive information regarding federal government RFPs, federal grants, or state and local RFPs. Typically, such documents detail funding opportunities, eligibility criteria, application procedures, and project goals, serving as crucial resources for organizations seeking government support. The main purpose of such files is to inform potential applicants about available grants or contracts that align with government initiatives. For accurate analysis and summarization, access to the actual content is necessary to extract key ideas and details effectively. Thus, without further details, the essence of the document remains undetermined.
    The document outlines the process for submitting Past Performance Questionnaires as part of federal Request for Proposals (RFPs). Offerors are required to prepare and dispatch a reference questionnaire package to no more than three current or former clients, differentiating between government and commercial references. A cover letter and rating sheets must be included for client identification purposes. The cover letter emphasizes the importance of the client's assessment for the selection process and sets a 15-day deadline for questionnaire submission. The document also provides rating definitions from "Substantial Confidence" to "No Confidence" that evaluate the contractor's compliance, project management, timeliness, cost effectiveness, and customer satisfaction. Additional feedback may be provided by respondents, including whether they are aware of other relevant efforts by the contractor. The overarching aim is to gather reliable performance information to aid in awarding federal contracts, ensuring that responses are factual and detailed to minimize the need for follow-up inquiries.
    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.
    The document is a pricing list for after-hours surge and overtime support labor categories related to Security Administration and Access Control, as per Solicitation W91QEX-25-R-0002. It outlines requirements for offerors to provide hourly rates for various labor categories, including SCI Personnel Security Specialists, Collateral Personnel Security Specialists, Physical Security Specialists, Access Control Specialists, and others, over a base period of 12 months and four subsequent option periods, each lasting 12 months. The document is structured with separate sections for the base period and each of the four option periods, inviting contractors to fill in their company name and hourly rates for each specified labor category. The intent is to establish a clear and competitive pricing framework for federal contracts in security-related roles, ensuring compliance with operational demands during surge times. This reflects the government's approach to securing necessary services while providing flexibility for contractors over the contract duration.
    The document analyzes a government Request for Proposal (RFP) regarding security services for a specific facility. It addresses multiple inquiries from contractors regarding various positions and requirements laid out in the Performance Work Statement (PWS), particularly about Key Personnel, contract staffing, and security clearance specifications. The contractor poses questions about personnel classifications, duties during patrols, security equipment management, and transportation logistics. Clarifications provided affirm the necessity of specific clearances for various roles, which include the SCI Security Administration Personnel Specialist, Collateral Personnel Specialist, and Physical Security Officer. The government stipulates a structured staffing model, mandates performance checks at distinct intervals, and clarifies the ownership and responsibilities associated with provided equipment. Additionally, the RFP emphasizes the importance of contractor experience, regulations concerning subcontractor references, and security-related qualifications. It notably involves stringent guidelines about personnel during operational hours and response protocols for handling classified material. The document highlights a thorough assessment of potential contractor capabilities, underscoring the criticality of adherence to security protocols and efficiency in service delivery, which reflects the heightened regulatory environment surrounding national security contracts.
    The contract solicitation W91QEX25R0002 for the United States Special Operations Command South (SOCSOUTH) seeks a contractor to provide Security Administration and Access Control Support services. The contract includes a 30-day Phase-In period, followed by a 9-month Base Period and four optional 12-month extensions, contingent upon funding availability. The contractor is responsible for facilitating all personnel, equipment, and materials necessary for these non-personal services, ensuring compliance with U.S. Government security regulations. Key services include managing access to SOCSOUTH facilities and implementing personnel and physical security programs to safeguard the command from various threats. Contractor personnel must meet stringent security clearance requirements, with various positions requiring different levels of security clearances. The contractor is also required to develop a Quality Control Plan and adhere to training and operational security standards. The overall goal is to ensure the safety and security of SOCSOUTH’s personnel, information, and operations while providing an efficient support framework, as specified in the Performance Work Statement (PWS). This solicitation reflects the need for capable service providers within federal contracting frameworks to enhance national security capabilities.
    The government solicitation W91QEX25R0002 seeks proposals for a contract to provide Security Administration and Access Control Support services for the United States Special Operations Command South (SOCSOUTH). The contract covers a non-personal services scope where contractors will be responsible for personnel, equipment, and various services to safeguard SOCSOUTH's personnel, information, and facilities from potential threats. The contract includes a 30-day phase-in period, a 9-month base period, and four optional 12-month extensions. Key roles include Security Specialists and Access Control personnel, requiring appropriate security clearances. The contractor must implement a Quality Control Plan and government oversight will ensure adherence to performance standards. Training requirements for contractor personnel are specified, including anti-terrorism and operational security. Contractors must comply with strict oversight of security protocols, reporting, and documentation regarding personnel and contractors involved. The objective is to mitigate risks associated with espionage and other threats while ensuring operational effectiveness within SOCSOUTH facilities.
    Similar Opportunities
    Security Guard Service for BDAACH.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide security guard services for the BDAACH facility. The procurement aims to ensure the safety and security of personnel and property through professional security services, which are critical for maintaining operational integrity at military installations. Interested vendors should note that the primary contact for this opportunity is Un Chong, who can be reached via email at un.k.chong.ln@army.mil or by phone at 011-82-0503-355-3359 for further inquiries. The solicitation is categorized under NAICS code 561612, and the notice type is a Combined Synopsis/Solicitation.
    Regional Security Operation Services for Naval District Washington (NDW)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Washington (NAVFACSYSCOM WASHINGTON), is seeking qualified contractors to provide Regional Security Operation Services for Naval District Washington (NDW). The contract will encompass guard and patrol services across various government facilities located in Maryland, Virginia, and Washington, DC, including the Washington Navy Yard and Naval Support Activity Bethesda, utilizing a combination of Firm-Fixed-Price (FFP) and Indefinite Delivery-Indefinite Quantity (IDIQ) contract structures. This procurement is critical for ensuring the safety and security of naval operations and facilities, with services required to be performed within a 100-mile radius of the Washington Navy Yard. Interested parties should contact Tina Lucy at tina.lucy@navy.mil or James Waite at JAMES.H.WAITE.CIV@US.NAVY.MIL for further details, as this opportunity is set aside for 8(a) certified businesses under NAICS code 561612.
    Recruiting Station - Armed Forces Career Center - Miami, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as an Armed Forces Career Center in Miami, Florida. The requirements include a space ranging from 4,335 to 6,265 gross rentable square feet, with adequate parking for approximately seventeen government vehicles, and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting military recruitment efforts and must comply with various construction and operational standards, including security measures and accessibility requirements. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, to John Jensvold at john.m.jensvold@usace.army.mil by 11:59 PM on March 7, 2025, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Door Access Control System Service/Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide service and maintenance for a Door Access Control System at the Natick facility in Massachusetts. The procurement aims to ensure the reliability and functionality of security systems, which are critical for safeguarding personnel and assets. This opportunity falls under the NAICS code 561621 for Security Systems Services and the PSC code J063 for maintenance and repair of alarm and security detection systems. Interested parties can reach out to Chris Welsh at richard.c.welsh2.civ@army.mil or call 508-206-2088 for further details.
    Welcome Center Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Welcome Center Support Services at Hurlburt Field, Florida. The contract aims to provide non-personal human resources support, including scheduling appointments and managing travel vouchers for incoming military personnel, with a focus on enhancing operational efficiency and compliance. This opportunity is particularly significant as it promotes participation from small businesses, including Women-Owned Small Businesses, and emphasizes the importance of past performance in the evaluation process. Interested offerors must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Protective Security Officer Services
    Buyer not available
    Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order to Triple Canopy, Inc. to continue these services while they award and transition the follow-on effort for these services.
    R--PR-PR -Security and Surveillance of the Puerto Ric
    Buyer not available
    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for security and surveillance services at the Maricao Fish Hatchery in Puerto Rico, specifically aimed at protecting the endangered Puerto Rican parrot population. The contractor will be responsible for providing armed security personnel to prevent theft and vandalism, particularly during nighttime hours from 4:00 PM to 7:00 AM, with a contract duration of one base year starting March 1, 2025, and four optional renewal years. This procurement underscores the government's commitment to wildlife conservation and the protection of endangered species, ensuring a secure environment for critical conservation efforts. Interested vendors must submit their offers by February 24, 2025, and can direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    Protective Security Officer (PSO) services at the IRS facility in Andover, MA
    Buyer not available
    The Department of Homeland Security, through the Federal Protective Service, is seeking qualified contractors to provide Armed Protective Security Officer (PSO) services at the IRS facility in Andover, Massachusetts. The contractor will be responsible for delivering all necessary labor, materials, management, supervision, training, licenses, and permits as outlined in the Statement of Work (SOW), with a contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement featuring fixed hourly rates. This procurement is significant for ensuring the safety and security of federal facilities, and it will be solicited as an 8(a) Small Business Set-Aside, with a total period of performance spanning one base year and four optional years. Interested parties are encouraged to register with the System for Award Management (SAM) and attend a virtual Pre-Proposal Conference for further details, with inquiries directed to Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov.
    Protective Security Officer Services
    Buyer not available
    Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order under Contract 70RFP218DEC000018 with Triple Canopy, Inc. This extension is to ensure continued protective security officer services in the Washington, DC area while the follow-on effort for these services is awarded and transitioned.