P222 Site Security Manager
ID: N0018925Q0065Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 6, 2025, 12:00 AM UTC
  3. 3
    Due Feb 17, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for the position of Site Security Manager (SSM) to oversee construction site security services at Naval Station Norfolk, Virginia. The SSM will be responsible for developing and implementing a Construction Security Plan (CSP), ensuring compliance with security directives, and managing security inspections during construction phases. This role is critical for safeguarding sensitive information and operations, particularly in compliance with Intelligence Community Directive (ICD) 705 and Department of Defense security policies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, with the contract spanning an initial 12 months and four optional extensions. For further inquiries, potential bidders can contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Feb 6, 2025, 7:09 PM UTC
Feb 6, 2025, 7:09 PM UTC
The file provided is currently inaccessible due to a viewing issue, resulting in a blank document. Therefore, it is impossible to summarize the content accurately without the core information present in the file. A proper evaluation of federal government RFPs, federal grants, and state/local RFPs requires the original document's details to identify its main topics, key ideas, and supporting details. To proceed, an alternative method of accessing the file or obtaining its content would be necessary for an effective analysis and summary. Until this information is made available, generating a coherent summary is not feasible.
Feb 6, 2025, 7:09 PM UTC
The Past Performance Information Form is a crucial document for federal and state RFPs, outlining key data about prior contracting efforts. It captures details including the offeror’s name, contract identification, customer information, total dollar value segmented by yearly increments, and the total number of personnel involved. This form requires specifics on the period of performance, highlighting work relevance to the current solicitation, including scope, magnitude of the work executed, and involvement of any subcontractors with associated values. The structured format ensures comprehensive performance evaluation by allowing contracting agencies to assess the offeror's experience, capability, and reliability based on previous contracts. The emphasis is on demonstrating alignment with the solicitation’s requirements through detailed performance metrics and relevant past projects, ensuring that prospective bidders provide transparent and significant information about their previous work history.
Feb 6, 2025, 7:09 PM UTC
The Contractor Performance Customer Input Sheet/Questionnaire is designed for the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk (FLCN) to gather evaluations on contractors' past performance for assessing their suitability for future contracts. Respondents are required to provide their company details, including the contract number, amount, type, and period of performance. The questionnaire seeks insights on various performance aspects, such as the contractor’s abilities in recruiting and retaining qualified personnel, satisfying contract requirements, timeliness, responsiveness, and cost control. It includes a structured rating table prompting evaluators to comment on customer satisfaction, instances of rework, contractor innovations, and the effectiveness of problem resolution. Additional observations are solicited regarding the contractor’s overall strengths and weaknesses, past similar contract experiences, and recommendations for other relevant parties to complete the questionnaire. The document emphasizes that responses should be returned to FLCN, not the contractor being evaluated, underlining its purpose in ensuring an objective assessment of contractor performance prior to the award of future contracts. This meticulous evaluation plays a vital part in the government contracting process, ensuring the selection of qualified and capable contractors for fulfilling government needs.
Feb 6, 2025, 7:09 PM UTC
The document addresses key points from a government Request for Proposals (RFP) regarding construction and maintenance contracts. It highlights considerations for work hours, emphasizing a flexible 40-hour workweek with potential weekend work. Requests for clarity include an estimated number of weekend workdays and whether contractors can propose separate rates for those days. Additionally, the document outlines the necessity for contractors to establish Facility Clearances (FCL), with verification required at submission, and it discusses the need for individualized Construction Security Plans (CSP) at multiple sites under varied accrediting authorities. Contractor responsibilities for security equipment procurement are confirmed, affirming that the government will not provide any equipment. Lastly, it stipulates eligibility requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) specifically under NAICS code 561612 for bidding. Overall, this document provides essential guidelines for contractors engaging with federal projects while addressing flexibility and compliance requirements.
Feb 6, 2025, 7:09 PM UTC
The document outlines a request for proposals (RFP) for construction site security services supporting secure projects at ACCLOGWING NS Norfolk. The contractor is required to provide manpower augmentation to comply with various security directives, ensuring the protection of sensitive information during construction phases. A Site Security Manager (SSM) must be appointed to create and implement a Construction Security Plan (CSP) and perform security inspections. Key qualifications for the SSM include a U.S. citizenship, a Top Secret security clearance, and extensive experience in security operations related to ICD-705 construction. The contractor must document all activities electronically and ensure compliance with established security protocols. The work will occur predominantly in construction zones, necessitating adherence to safety regulations. The contract spans a base period of 12 months, with four 12-month option periods. Compliance with applicable security, privacy practices, and COVID-19 guidelines is also mandated. The emphasis is placed on accountability and quality assurance, ensuring that the contractor meets performance benchmarks while safeguarding sensitive projects.
Feb 6, 2025, 7:09 PM UTC
The document is an amendment and modification of a government solicitation regarding construction site security services for the ACCLOGWING project at Naval Station Norfolk, Virginia. The primary aim is to ensure compliance with various security standards relevant to Sensitive Compartmented Information Facilities (SCIF). Key points include the requirement for a Site Security Manager (SSM) to oversee security protocols during the construction phase, ensuring adherence to regulations such as ICD 705 and DOD security policies. The contractor must provide necessary personnel, manage security documents, and implement access control measures. The contractor's personnel must have specific qualifications, including security clearances and experience with similar projects. Performance and documentation requirements are stressed, with an emphasis on digital record-keeping. The contract will span twelve months with four option periods, and compliance with COVID-19 guidelines is mandatory. This modification reflects the government's commitment to securing service provisions essential for sensitive construction activities, underlining the importance of rigorous security measures and documentation.
Feb 6, 2025, 7:09 PM UTC
The document outlines an amendment to a federal solicitation regarding construction site security services at Naval Station Norfolk. The amendment revises provisions within the Performance Work Statement (PWS) to clarify requirements for the Site Security Manager (SSM). The main objective is to ensure secure construction in compliance with several security directives, including the Intelligence Community Directive (ICD) 705. The contractor is expected to provide personnel, management, and specialized equipment necessary for overseeing security protocols during construction projects specifically related to the Special Access Program. Key roles include coordinating with government security officials, conducting compliance inspections, and maintaining detailed documentation of security measures and personnel. The document emphasizes the importance of adhering to federal security policies, and it requires contractors to ensure that all actions are documented digitally while maintaining safety and meeting operational standards. The period of performance includes an initial 12 months with four optional extensions, highlighting the ongoing nature of the project. Overall, this amendment reiterates the critical nature of security within government contracts, ensuring that sensitive operations are conducted following established guidelines and standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the renovation of the CEP-200 and 209 offices at Naval Station Norfolk in Virginia. This project falls under the category of commercial and institutional building construction, specifically focusing on the repair or alteration of miscellaneous buildings. The renovations are crucial for maintaining operational efficiency and ensuring a conducive work environment for personnel stationed at the facility. Interested contractors should note that the proposal due date has been extended to May 30, 2025, at 1400 local time, and must acknowledge receipt of the amendment to the solicitation. For further inquiries, potential bidders can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or Kathryn Arnold at kathryn.arnold@navy.mil.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
Waterborne Security Barriers Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is soliciting proposals for the sustainment and refurbishment of Waterborne Security Barriers Systems at various naval activities worldwide. The contract, designated as N00024-25-R-4101, encompasses installation, refurbishment, upgrade, and engineering design support for various waterfront security systems, including passive and active barriers, port security barriers, and mooring systems. These services are critical for maintaining operational integrity and enhancing security infrastructure at naval installations, reflecting the government's commitment to safety and modernization. Interested small businesses must submit their proposals, adhering to the Total Small Business Set-Aside requirements, and can contact James McGowan at james.f.mcgowan6.civ@us.navy.mil or Sherri Patsos at sherri.c.patsos.civ@us.navy.mil for further information.
R614 - Paper Shredding Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide paper shredding services for the Naval Medical Readiness Logistics Command (NMRLC) Headquarters. The procurement aims to establish a Firm, Fixed Price contract with a 12-month base period and four one-year option periods, ensuring secure disposal of sensitive documents. This service is critical for maintaining confidentiality and compliance with federal regulations regarding document destruction. Interested vendors must monitor the Navy Electronic Commerce Online (NECO) and SAM.gov websites for the formal solicitation, anticipated to be released on or after April 16, 2025, with quotes due by the specified closing date. For inquiries, contact Mr. Jorge E. Candela Bocanegra at jorge.e.candelabocanegra.civ@us.navy.mil.
N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC?S, Naval Support Activity Hampton Roads Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build (DB) project to replace backup power generation systems, including Uninterruptible Power Supplies (UPS) and Programmable Logic Controllers (PLCs), at Naval Support Activity Hampton Roads in Norfolk, Virginia. The project requires contractors to conduct detailed studies, ensure compliance with safety regulations, and manage the installation of new systems while refurbishing existing generator switchgear. This initiative is critical for maintaining operational integrity and reliability of power systems at the facility, ensuring minimal disruption during construction. Interested contractors, particularly those holding the relevant Multiple Award Construction Contracts (MACC), should contact Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil or Kristy Gerrek at kristy.gerrek@navy.mil for further details.
J--Security System Maintenance
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including the installation of RF shielding, reconfiguration of spaces, and establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors, specifically those holding the appropriate indefinite-delivery contracts, must submit their proposals by May 5, 2025, following a mandatory site visit on April 9, 2025, and inquiries due by April 22, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
NAVIFOR N4 Directorate Program’s Support Services
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support services for the management, support, and operation of the Naval Information Forces (NAVIFOR) N4 Directorate Programs. The primary objectives include ensuring seamless integration of programs such as Collaboration at Sea (CAS) and CENTRIXS-M, while adhering to security standards and performance metrics. These services are critical for maintaining effective naval communication systems and enhancing interoperability among coalition forces. Interested small businesses must submit proposals by May 16, 2025, and can contact Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil for further information.
MHE and SMSE Maintenance Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
CEP-200 and 209 Office Renovations at Naval Station Norfolk (NSN), Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the renovation of office spaces in buildings CEP-200 and CEP-209 at Naval Station Norfolk, Virginia. The project involves comprehensive renovations, including replacing flooring, ceilings, constructing new walls, and installing temporary office trailers to accommodate staff during the renovations, covering approximately 14,822 square feet. This initiative is crucial for enhancing military infrastructure and ensuring operational continuity while adhering to safety and environmental regulations. Interested contractors must submit their proposals by April 25, 2025, following a mandatory site visit on April 2, 2025, and can contact Jordan Cashwell at jordan.r.cashwell.civ@us.navy.mil or 757-341-0548 for further details.