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
    8(a) Contract Security Officer (CSO) Services
    Dept Of Defense
    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.
    Justification and Approval for Other Than Full and Open Competition PSO Services for North Florida
    Homeland Security, Department Of
    The Department of Homeland Security is seeking to procure services related to Justification and Approval for Other Than Full and Open Competition for PSO Services in North Florida. This procurement aims to secure housekeeping and guard services, which are essential for maintaining safety and security in the region. The services will be performed in Florida, underscoring the importance of these operations in supporting the department's mission. Interested vendors can reach out to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov for further details regarding this opportunity.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals from small business concerns for multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts focused on acquiring perimeter security assets. The procurement aims to provide temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the United States, including the management of various assets such as vehicle barriers, fencing, tents, and generators. Proposals will be evaluated based on management and technical approaches, past performance, and pricing, with an emphasis on non-price factors. Interested parties must submit their proposals by 11:00 AM EST on January 19, 2026, and may direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    Justification for Other than Full and Open Competition_Homestead BOS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Base Operations Support Services at Homestead Air Reserve Base in Florida. This opportunity is categorized under the justification for other than full and open competition, indicating a specialized need for logistics support management services. These services are crucial for maintaining operational readiness and efficiency at the base, ensuring that all logistical aspects are effectively managed. Interested parties can reach out to Mr. Craig Keelen at craig.keelen@us.af.mil or by phone at 478-327-0815, or contact Ashley Johns at ashley.johns.3@us.af.mil or 786-415-7471 for further details regarding this procurement.
    Neville Island Facility Security Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide unarmed security services at the Neville Island facility in Pittsburgh, Pennsylvania. The contract requires security personnel to be present for 13 hours on weekdays and 10 hours on weekends and federal holidays, excluding Thanksgiving, Christmas, and New Year's Day, to ensure the safety and security of the complex, which encompasses approximately 19.5 acres and includes multiple buildings and dock facilities. This procurement is critical for maintaining a secure environment for various operations, including the Locks and Dams Branch and the District Logistics Agency. Interested small businesses are encouraged to contact Lisa Bisnette at lisa.d.bisnette@usace.army.mil or by phone at 412-395-7556 for further details, as this opportunity is set aside for total small business participation.
    Level II Armed Security Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure Level II Armed Security Guard services for Disaster Recovery (DR 4684-AL). This procurement aims to ensure the safety and security of facilities and personnel during emergency preparedness operations. The provision of armed security services is critical for maintaining a secure environment in disaster response scenarios. Interested vendors can reach out to Nicole L. Joseph at nicole.joseph@fema.dhs.gov or call 470-416-9313 for further details regarding this opportunity.
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    Other than Full and Open Competition_Integrated Waste Management
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.