GTMO- Security Operations Support (SOS)- 2
ID: W91QEX24Q0046Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for Security Operations Support (SOS) services at Joint Task Force Guantanamo Bay (JTF-GTMO) in Cuba. The contractor will be responsible for providing personnel security, information security, physical security, and operational support for security equipment, including automated intrusion detection systems and access control systems, in compliance with government regulations and industry standards. This contract is critical for maintaining a secure environment against threats such as espionage and terrorism, ensuring the safety of facilities and personnel. Interested small businesses must submit their proposals by August 30, 2024, with inquiries due by August 21, 2024. For further information, contact Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.

    Files
    Title
    Posted
    This document is an amendment to a federal solicitation, formally extending the timeframes for submission of offers. Specifically, the deadline for response has been changed from August 26, 2024, at 9:00 AM to August 30, 2024, at 5:00 PM EST. Furthermore, the period for answering inquiries regarding the solicitation has also been extended, now due by August 21, 2024, at 5:00 PM EST. The document reiterates that all previous terms and conditions remain in effect unless otherwise stated. It emphasizes the importance of acknowledging receipt of the amendment prior to the submission deadline, as failure to do so may lead to rejection of offers. The contracting officer's details, including name and signature, are also included, ensuring official documentation and communication. Overall, this document plays a critical role in the solicitation process, ensuring transparency and allowing for sufficient time for potential contractors to prepare their submissions.
    The document serves as a solicitation for a security operations support contract with the United States Southern Command (USSOUTHCOM) for Joint Task Force Guantanamo Bay (JTF-GTMO). The contractor is tasked with providing a range of security services, including personnel, equipment, and administrative support necessary to safeguard facilities and information from threats such as espionage and terrorism. The contract features a firm-fixed price arrangement with a nine-month base period and four optional twelve-month periods. It mandates that all contractor personnel must possess the necessary security clearances, undergo regular drug tests, and comply with a comprehensive Quality Control Plan (QCP). Tasks include offering physical and information security support in compliance with strict regulations and maintaining a qualified workforce capable of adapting to evolving security requirements. The document emphasizes the need for quality assurance in service delivery, ensuring that all standards are met and necessary modifications documented. Overall, it outlines the essential terms and conditions of the procurement, underscoring the government's commitment to maintaining a safe and secure environment at JTF-GTMO while ensuring taxpayers’ funds are used efficiently.
    The document outlines a solicitation for security operations support services for the United States Southern Command (USSOUTHCOM), specifically focused on Joint Task Force Guantanamo Bay (JTF-GTMO). The contract requires a firm-fixed-price structure, covering a base period of nine months and three one-year option periods. The contractor is responsible for providing qualified personnel, equipment, and services to support various security programs—aimed at safeguarding information, property, and personnel from threats like espionage and terrorism. Key roles include Information Security Analysts, Physical Security Specialists, and Administrative Security personnel, with specific qualifications and security clearance requirements stipulated. Contractors must develop a Quality Control Plan to ensure compliance and quality service delivery, addressing inspections and deficiency corrections. Provisions for surge support and additional services, such as travel and insurance costs, are included, with all activities subject to government oversight. Overall, this solicitation emphasizes the importance of maintaining security and efficient operational support in mission-critical environments, aligned with federal regulations and standards.
    The document details an amendment to a solicitation for security operations support for the United States Southern Command (USSOUTHCOM) at Guantanamo Bay, Cuba. The amendment extends the solicitation response date to August 30, 2024, at 5 PM ET and includes several updates to the Contract Line Item Numbers (CLINs). Key changes involve service requirements outside of standard hours, living, and relocation expenses reimbursement, and adjustments to quantities and pricing units. The Performance Work Statement (PWS) outlines the objectives and scope of the contract, emphasizing non-personal services, workforce capabilities, and contingency planning for evolving security needs. Contractor personnel must possess appropriate security clearances and training certifications, ensuring compliance with defense regulations and procedures. The amendment highlights the contractor's obligation to develop a Quality Control Plan and undergo consistent training on anti-terrorism, operational security, and information assurance. This contract aims to enhance security at JTF-GTMO through qualified personnel and effective operational oversight while maintaining high standards and adherence to government regulations.
    This document is an amendment to a solicitation, specifically extending the government's response period for the procurement process from August 13 to August 15, 2024, at 5:00 PM EST, while maintaining the original solicitation closing date of August 26, 2024. It emphasizes that participation requires acknowledgment of this amendment in contract proposals, which must be submitted alongside a signed copy. The amendment outlines procedural changes regarding offer submissions, indicating that offers must be acknowledged and detailing acceptable methods of acknowledgment. The mandate reflects the standard operating procedures for government solicitations, ensuring all parties are informed of timeline adjustments and submission requirements. This amendment is part of maintaining the integrity and transparency of the procurement process as overseen by the federal government, in accordance with established regulations.
    The document pertains to the DD Form 254, which is a Department of Defense Contract Security Classification Specification. It serves as a mandatory reference in the solicitation process for contract W91QEX-24-Q-0046. This form outlines the security classification requirements that contractors must adhere to when handling classified information during contract performance. As part of the procurement process, this document will be attached separately to both the solicitation posting and the contract award, ensuring that all parties are aware of and comply with national security protocols. The inclusion of the DD Form 254 highlights the government's priority for safeguarding sensitive information and maintaining security standards in defense contracts.
    The document serves as an addendum to FAR 52.212-1, outlining the instructions for offerors to submit a Past Performance Questionnaire as part of the evaluation for government contracts. Offerors are required to send questionnaires to a maximum of three references, specifically targeting current or former clients, including the Contracting Officer for government contracts. The submission must include a cover letter and the necessary questionnaire format, and all responses must be received by a specified deadline. The questionnaire evaluates several performance metrics, including compliance with specifications, project management effectiveness, timeliness, cost control, and customer satisfaction. Respondents classify performance on a scale from "Substantial Confidence" to "No Confidence" and provide justifications for their ratings. The document emphasizes the importance of accurate and comprehensive feedback for federal contract awarding, aiming to assess the offeror's past contractual performance effectively. Overall, it is a structured approach to gathering critical information from references to inform government procurement decisions.
    The file details a government request for after-hours and overtime support services, outlining hourly rates for various labor categories over a potential 36-month contract period. The focus is on security operations, including information security, physical security, and personnel security. The base period of nine months is essential, with three subsequent 12-month option periods proposed. The RFP, W91QEX-24-Q-0046, seeks rates for multiple security-focused labor roles, each with their own hourly compensation. Companies must provide their hourly rates for all key personnel involved, ensuring compliance with the Performance Work Statement (PWS). This file offers a comprehensive rate sheet for security operations support, catering to potential contractors bidding on the government solicitation.
    The document serves as an "After-Hours, Surge/Overtime Support Hourly Rate Sheet" for the GTMO Security Ops Support (SOS) initiative under solicitation W91QEX-24-Q-0046. It requires offerors to provide hourly rates for various labor categories, covering a base period of nine months and three subsequent 12-month option periods. Labor categories include roles such as Information Security/Security Education and Training Awareness (SETA), Physical Security Specialists, Administrative Specialists, Personnel Security Specialists, Senior Security Specialists, and Contract Program Managers. Each section mandates listing hourly rates for these roles, ensuring comprehensive pricing for security operations support. The structure is divided into segments for the base and option periods, with repeated labor categories emphasized for consistent pricing proposals. This document is critical in the context of government RFPs as it sets clear expectations for cost estimation and resource allocation for security personnel to maintain operational readiness during surge conditions.
    The government document concerns a Request for Proposal (RFP) for contract services at Guantanamo Bay, specifically for physical security personnel. The incumbent contractor is Concord Crossroads, LLC, holding contract number W91QEX-19-C-0003. Key areas addressed include requirements for past performance qualifications, housing conditions for contract personnel, and the clearance requirements necessary for candidates. The government has clarified that accompanied housing is limited to key personnel, and no guarantees are made for other contractors. The document also outlines the structure and criteria for proposals, emphasizing the importance of specific training for Physical Security Specialists and detailing contract pricing expectations for base and option periods. Significant updates to contract durations and requirements have been made, with adjustments made to clarify confusion regarding pricing structures and personnel specs. Additionally, there is an emphasis on the importance of thorough submission of Past Performance Questionnaires (PPQs). The RFP is structured to accommodate a base period of 9 months and three option periods, totaling a maximum contract duration of 45 months. This document reflects the government's approach to clearly outline expectations and requirements for potential bidders in maintaining compliance and ensuring service quality at Guantanamo Bay.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WSMR Contracted Security Guards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Bliss, is soliciting proposals for contracted security guard services at the White Sands Missile Range (WSMR) in New Mexico. The contractor will be responsible for a comprehensive range of security duties, including planning, scheduling, and quality control, while ensuring compliance with evolving regulatory requirements. This procurement is critical for maintaining safety and security at military facilities, as the contractor will deter theft, criminal acts, and unauthorized access, safeguarding sensitive government information. Proposals are due by November 15, 2024, and interested vendors are encouraged to contact Joseph Flores at joseph.a.flores.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil for further details. The contract will follow a Firm Fixed Price model and is set aside exclusively for small businesses.
    Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Intelligence Support Services Joint III contract (H92402-24-R-0001). This procurement aims to provide comprehensive intelligence services, including All-Source Intelligence, Human Intelligence, Signals Intelligence, and more, to support military and humanitarian missions globally. The contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring a total of 270 Full Time Equivalents (FTE) and emphasizing the importance of compliance with security and accounting standards. Interested parties must submit proposals by November 4, 2024, and can direct inquiries to LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    Y--IDIQ MACC for NS Guantanamo Bay, Cuba
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction work at Naval Station Guantanamo Bay, Cuba. The contract will include new construction, renovation, alteration, demolition, and repair work for various types of buildings and facilities. The total value of all contracts to be awarded is $240,000,000 maximum over the base year and all four option periods combined. Task orders will range from $150,000 to $15,000,000 per order. The source selection method is a best value continuum process in a negotiated two-phase acquisition. Interested firms with specialized experience and qualifications are invited to participate. The solicitation will be available for download from Federal Business Opportunities (FedBizOpps) website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    ARMAG GATE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ARMAG Gate Maintenance contract at Fort Jackson, South Carolina. This contract involves non-personal services to maintain the Ammunition Holding Area (AHA), ensuring the functionality of the Genetec security system and electronic gates, which are critical for 24/7 access to military facilities and support for Basic Combat Training units. The contract is vital for mission success and safety, given the unpredictable weather conditions that can lead to system malfunctions. Interested contractors should note that the submission deadline has been extended to October 24, 2024, at 10:00 AM, and may contact Roger Miller or Antoinette Daniels for further information at their respective email addresses.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Office of Procurement Operations, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to safeguard federal personnel and property at federally owned and leased facilities, with a total estimated requirement of 1,537,500 service hours over a five-year period. This contract will be structured as a fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) type, with a minimum guarantee of $100,000, and will require contractors to possess a Top Secret Security Clearance. Interested small businesses must submit their proposals by October 29, 2024, and can direct inquiries to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or Todd Wanner at todd.m.wanner@fps.dhs.gov.
    Regional Armed Security Guard services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at various naval installations, including Norfolk Naval Shipyard in Virginia and USS Constitution in Massachusetts. The procurement aims to enhance security operations across multiple sites, ensuring compliance with federal regulations and maintaining safety standards during site visits, particularly in light of COVID-19 health guidelines. Interested contractors are required to submit detailed proposals that include their financial capability, technical approach, and past performance assessments, adhering to specific formatting instructions. For further inquiries, potential bidders can contact Susan Roberts at susan.roberts2@navy.mil or call 757-341-0091. The solicitation is set aside for 8(a) certified businesses under NAICS code 561612, with an emphasis on fostering competition and meeting performance standards.
    Kosovo Security Guards (SGS BPA) W564KV-25-R-A001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Blanket Purchase Agreement (BPA) Call Order for armed and unarmed security guard services at Camp Bondsteel in Kosovo. The procurement aims to provide comprehensive 24-hour security services, including access control, perimeter security, and roving patrols, to protect U.S. Government personnel and property, with a significant emphasis on armed personnel, as approximately 85% of the guards and all supervisors must be armed and U.S. citizens. This contract is critical for maintaining security in a sensitive operational area and is expected to commence on April 30, 2025, with a performance period extending through December 29, 2026. Interested parties should direct inquiries to Contract Specialist Jenifer Kelso at jenifer.e.kelso.civ@army.mil or Contracting Officer Carlos Mayorga at carlos.a.mayorga.civ@army.mil, as phone inquiries will not be accepted.
    Support services for physical, administrative, and visitor control for MFCC subordinate commands
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Forces Cyber Command, is seeking quotes for support services related to physical, administrative, and visitor control for its Special Security Office. The procurement aims to enhance security compliance and personnel monitoring for approximately 2,200 employees, focusing on investigation and personal background check services, as well as adherence to security directives associated with Sensitive Compartmented Information (SCI). This opportunity is critical for maintaining robust cybersecurity operations within the Marine Corps, ensuring the protection of government property and information. Interested 8(a) participants must submit their quotes by November 4, 2024, with the solicitation reopening effective October 17, 2024. For further inquiries, potential bidders can contact Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    Global Protective Services (GPS) Pre-Solicitation Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is preparing to issue a full and open solicitation for Global Protective Services (GPS), which encompasses a range of security services including armed and unarmed guard services, mobile security teams, and protective service teams. This procurement aims to enhance safety and stability in regions lacking adequate security forces, supporting U.S. military and governmental operations both domestically and internationally. The total combined value of all Indefinite Delivery Indefinite Quantity (IDIQ) awards is estimated to reach $10.3 billion over a maximum period of ten years, with proposals evaluated based on a Highest Technically Rated Offeror (HTRO) approach. Interested parties can contact the ACC-RI GPS Team at usarmy.ria.acc.mbx.gps@army.mil for further information, and they must be registered in the System for Award Management (SAM) to be eligible for contract awards.