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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    X-132 Command Consolidation Support
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors to provide consolidation support for its headquarters relocation to Naval Station Norfolk, Virginia. The contractor will be responsible for project management, planning, and advisory services to facilitate the move of approximately 1,186 government employees, with an expected increase of 574 personnel over the next 5-10 years. This project is critical for enhancing operational efficiency as MSC consolidates its operations from multiple buildings into a single location. Interested businesses must submit their company profiles, small business status, capability statements, and past performance documentation by January 15, 2026, to the primary contact, Jamiel Blizzard, at jamiel.n.blizzard.civ@us.navy.mil.
    Site security services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is seeking to modify an existing contract for site security services in Naples, Italy. The modification will include additional periods of performance for Construction Site Technician Leads (CST-Ls), Cleared American Guards (CAGs), and Construction Site Technicians (CSTs), with an estimated contract value of approximately $2.4 million. These specialized security services are critical for maintaining safety and operational integrity at construction sites in an overseas environment, necessitating a single-source procurement due to the unique requirements and urgency of the services. Interested parties may submit capability statements or proposals for market research purposes, and inquiries can be directed to Benjamin Hardy at benjamin.n.hardy.civ@us.navy.mil or by phone at 390815683979.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    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.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    S&RTS - Ports of Virginia
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    Site surveillance services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is seeking additional construction surveillance technicians and cleared American guards to support a construction and renovation project in Naples, Italy. This procurement is aimed at fulfilling the need for enhanced security services from July 1, 2023, to March 31, 2024, as the project undergoes significant changes. The services are crucial for maintaining safety and security during the construction phase, ensuring compliance with physical security standards. Interested parties can reach out to Danielle Lafferty at danielle.lafferty@eu.navy.mil for further details regarding this opportunity.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.