Security Monitoring Center (SMC)
ID: N6660425Q0168Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, 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, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the Security Monitoring Center (SMC) contract, which is set aside for small businesses. The contract entails comprehensive security monitoring services, including the management of electronic security systems, compliance checks, and coordination of emergency responses, ensuring adherence to Department of Defense regulations across various locations. This initiative is crucial for maintaining security protocols and managing controlled unclassified information within naval operations. Interested contractors should contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil or call 401-832-3558 for further details, with proposals due by the specified deadline outlined in the solicitation documents.

    Files
    Title
    Posted
    The document appears to be an inaccessible government file meant to provide information on federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It primarily advocates for downloading the latest version of Adobe Reader to access the content. As a result, there are no specific details, key ideas, or topics provided within the document itself for detailed analysis or summarization. The focus is on the necessity of suitable software for viewing the file, indicating that it contains important information related to government funding opportunities and procurement processes. However, further information is required to expand upon any specific initiatives, guidelines, or subjects related to the RFPs and grants mentioned. The file’s structure seems to revolve around technical support rather than providing substantive content.
    This document outlines the requirements for submitting past performance references as part of a government Request for Proposal (RFP). It includes fields for the offeror to fill in essential information regarding their company, including the CAGE code, program name, contract details, and contact information for key personnel involved in the contract. Offerors must specify whether they were a prime contractor or a subcontractor, with a detailed description of their role and the corresponding dollar value if subcontracting. Additionally, the document mandates a written explanation of the work performed relevant to the proposed solicitation, highlighting its similarity in scope, magnitude, and complexity. Offerors are also encouraged to discuss any issues encountered during the contract and the corrective measures taken. This file serves a critical function in evaluating past performance, which is a key factor in the assessment of proposals under government procurement processes, ensuring that contractors have the requisite experience and capability to fulfill contract requirements.
    The document outlines the requirements for personnel qualifications and labor mix for a government solicitation related to the NUWCDIVNPT Security Monitoring Center. Offerors must submit a comprehensive Labor Matrix Staffing Plan detailing the allocation of personnel over a five-year period in accordance with the Statement of Work (SOW). Key requirements include assigning three unarmed security monitors 24/7, one project manager during core hours, and designated Shift Leads for daily operations. A proposed labor mix must closely align with the government's estimate, and any deviations exceeding 5% necessitate a detailed rationale. The qualifications of Key Personnel, including a Senior Technical Representative (STR) and additional personnel, must be outlined in resumes, reflecting relevant experience and security clearances. The document emphasizes that any proposed changes to the labor categories must comply with established standards, and proposals lacking adherence to these guidelines risk disqualification. Overall, it establishes the framework for evaluating proposals based on staffing adequacy, expertise, and compliance to ensure effective project execution.
    This document outlines the instructions for submitting proposals in response to a U.S. Navy RFP. It emphasizes the responsibility of Offerors to submit complete proposals by the specified deadline via email to a designated government contact. Key submission requirements include a technical and price proposal, along with detailed information such as personnel clearances and facility information. The evaluation process will follow a Pass/Fail criterion, focusing on the Offeror's capabilities to secure personnel clearances and maintain a facility clearance. Additionally, non-price factors like technical capability and past performance are critical, with specific emphasis on demonstrating relevant experience and qualifications of key personnel. The government intends to award a contract to the Offeror presenting the best value, considering both technical execution and pricing. Proposals must meet strict formatting and content guidelines, including the requirement of a staffing plan to align with the proposed work scope. Overall, the document serves as a comprehensive guide for potential contractors to prepare their submissions effectively, ensuring compliance with government standards and enhancing their competitiveness in the proposal evaluation process.
    The Statement of Work (SOW) for the Security Monitoring Center (SMC) at the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), outlines requirements for monitoring security systems, compliance checks, and emergency response coordination. The SMC is the central contact point for security and emergency management incidents, ensuring adherence to Department of Defense regulations across various detachments located in multiple states and international sites. The contractor is tasked with daily security monitoring, including the management of electronic security systems, compliance checks of secure areas, and documentation of incidents in the SMC Desk Journal. Additionally, they will support lock and key operations and coordinate emergency responses with public safety partners. Progress reports detailing security activities will be submitted alongside billing. This SOW emphasizes the importance of maintaining security protocols and managing controlled unclassified information, aligning with federal regulations and standards. Overall, it reflects the government's commitment to uphold security measures across its naval operations, ensuring a safe and compliant workplace.
    The document outlines the requirements for a Staffing Plan as part of Solicitation # N66604-25-Q-0168, specifically for federal contracts. Offerors must list their proposed labor hours and outline key and non-key personnel, indicating the company the personnel will represent and their labor category in relation to the Statement of Work (SOW) or Performance Work Statement (PWS). Additionally, non-key positions should be denoted as “TBD” if personnel are not identified, while contingent hires must be prefaced with “Contingent -”. Information must be organized initially by SOW/PWS task areas and subsequently by labor categories. The document emphasizes a structured approach to submitting staffing details, underscoring the need for clarity and adherence to stipulated formats as part of the proposal process within the context of federal government RFPs and grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    Payload Control System (PCS)
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is soliciting proposals for a sole-source contract to SEACORP for the continued development and application of the Payload Control System (PCS) technology. This contract, structured as a Cost Plus Fixed Fee (CPFF) arrangement, aims to enhance the Submarine Combat Control System (CCS) by adapting it to new payload interfaces, with an estimated requirement of 228,130 man-hours over a five-year performance period. The project is critical for modernizing submarine combat and weapons control systems, ensuring they meet evolving operational demands. Interested parties can direct inquiries to Nico Montanari at nico.s.montanari.civ@us.navy.mil, with a minimum contract guarantee of $75,000.00 and adherence to strict security and reporting requirements outlined in the solicitation documents.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    Science and Technology Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a Broad Agency Announcement (BAA) to solicit proposals for innovative research and development in undersea technology. This opportunity encompasses 27 specific subject areas, including submarine sonar, undersea communications, unmanned underwater vehicle technology, and anti-submarine warfare technologies, aiming to enhance naval capabilities through collaborative industry participation. The BAA is open for approximately five years, allowing continuous proposal submissions, with evaluations based on merit and relevance leading to potential invitations for full proposals. Interested parties can contact NUWC DIVNPT at NUWCNWPT02BAAProposalSubmittal@us.navy.mil for further details, noting that funding will be sourced from RDT&E and RDDA, with no grants awarded.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Janes Customer Portal
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure subscriptions for the Janes Customer Portal, specifically for Equipment and News, under solicitation number N66604-26-Q-0014. This procurement is a sole-source, firm-fixed-price acquisition set aside for small businesses, requiring subscriptions for the period from January 1, 2026, to December 31, 2026, as Janes Group is recognized as a leading publisher of open-source defense intelligence critical for Navy research and operational advantage. Interested firms must submit a written response with a capability statement by October 15, 2025, at 6:00 PM EST, including item prices, shipping costs, and other relevant details, with active SAM registration required for participation. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    R--NRHQ Assistant Site Security Manager Support
    Energy, Department Of
    The Department of Energy, specifically the NNSA Naval Reactors Laboratory Field Office, is seeking support for the role of Assistant Site Security Manager through a federal contract. This opportunity is set aside for small businesses and aims to provide essential security management services at the site, ensuring compliance with safety and security protocols. The selected contractor will play a critical role in maintaining the integrity and safety of operations within the facility. Interested vendors can direct their inquiries to Mark A. Ziegler at Mark.Ziegler@unnpp.gov or by phone at 412-476-7287 for further details regarding the solicitation process.