Public Works Department Risk Reduction Initiative
ID: M6700125Q0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR) (DJ01)

Set Aside

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

    The Department of Defense, specifically the Marine Corps Installations East (MCIEAST) at Camp Lejeune, is seeking qualified vendors to provide non-personal support services under the Public Works Department Risk Reduction Initiative. The primary objective is to enhance knowledge, training, and technical support in areas such as cybersecurity monitoring, assessment, and maintenance of the FRCS Monitoring Platform, with responsibilities including continuous network monitoring and incident response collaboration. This Firm-Fixed Price contract will have a base period of 12 months, with three optional 12-month extensions, and interested vendors must submit their qualifications by 4:00 PM EST on November 11, 2024, to the designated Contract Specialist, Arlene Williams, at arlene.d.williams@usmc.mil. All interested parties must also ensure they are registered in the System for Award Management (SAM) under NAICS code 541513 to be eligible for award consideration.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) details a contract opportunity to provide support services for the Public Works Division at Marine Corps Base Camp Lejeune, specifically within the Regional FRCS Monitoring realm. The objective is to enhance knowledge, training, and technical support surrounding cybersecurity monitoring, assessment, and maintenance of the FRCS Monitoring Platform (Dragos). Services include architecture, installation, maintenance, and training for technology systems ensuring compliance with cybersecurity directives. The contractor will be responsible for continuous monitoring of regional networks, incident response collaboration, and managing various associated cybersecurity tasks. Facilities will mainly operate from Camp Lejeune, with some site evaluations required at other MCIEAST installations. Personnel must have Secret Security clearance and meet stringent qualifications, including specialized technical training. The contract includes a base period of 12 months, with three optional years. Deliverables involve comprehensive compliance reporting and network oversight, supported by key personnel as specified. The document establishes clear quality standards and oversight mechanisms to ensure objectives are met efficiently, highlighting the importance of cybersecurity and proper facility operations in government projects.
    The Marine Corps Installations East (MCIEAST) at Camp Lejeune is soliciting qualified vendors for non-personal support services related to cybersecurity, data management, and assessment and authorization processes. This Sources Sought Notice serves as an Request for Information (RFI) to perform market research in compliance with Federal Acquisition Regulation (FAR) Part 10. The anticipated contract is a Firm-Fixed Price agreement with a base term of 12 months and three optional 12-month extensions. Interested vendors must provide their capabilities in a concise five-page submission by 4:00 PM EST on November 11, 2024. Participants are encouraged to register their business in the System for Award Management (SAM) under NAICS code 541513. Responses must include firm details, nature of participation, business size, and a brief statement of qualifications. The government may restrict competition to specific business categories based on responses. Communications are to be directed to the designated Contract Specialist exclusively via email.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RR460 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the RR460 Roof Repairs project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive roof repairs, including the demolition of existing roofing materials and the installation of a new modified bitumen roofing system, while ensuring minimal disruption to ongoing operations and compliance with safety and structural standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 270 days post-award. Interested contractors must submit proposals by November 15, 2024, and are encouraged to contact Clifton Gaither or Lauren Loconto for further details regarding the project and mandatory site visit scheduled for October 21, 2024.
    WC300 Grounds Renovations
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the WC300 Grounds Renovations project at Marine Corps Base Camp Lejeune, North Carolina. This project involves comprehensive renovations of the grounds surrounding the Wallace Creek Barracks, including the removal of unmaintained landscaping features, debris clearing, leveling, and the installation of centipede sod, which must be maintained for 30 days post-installation. The contract is set aside for small businesses, with an estimated value between $100,000 and $250,000, and proposals are due by November 6, 2024, at 3:00 PM EST. Interested contractors should contact Angela Little or Lauren Loconto for further details and are encouraged to attend a site visit scheduled for October 9, 2024.
    Bldg 1005 and 1308 Roof Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for roof repairs at Buildings 1005 and 1308 located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of existing roofing materials and installation of new roofing systems, adhering to strict safety and environmental protocols, with a total estimated cost between $1 million and $5 million. This procurement is part of ongoing infrastructure maintenance efforts, emphasizing compliance with federal standards and labor laws, including the Davis-Bacon Act. Proposals are due by November 12, 2024, with a site visit scheduled for October 22, 2024; interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    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.
    DPW Support Services at JBLM/YTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for IT and support services at Joint Base Lewis-McChord (JBLM) under the contract titled "DPW Support Services at JBLM/YTC." The contractor will be responsible for providing a range of non-personal services, including cybersecurity, hardware and software support, user management, Geographic Information System (GIS) services, Computer-Aided Design (CAD) services, and database administration, ensuring compliance with federal standards and operational effectiveness. This contract is critical for maintaining the IT infrastructure necessary for the Directorate of Public Works at JBLM, with proposals due by November 4, 2024, following an extension from the original deadline. Interested vendors must submit their proposals via email to the designated contacts, Terrance J. Bond and Angela K. Chaplinski, and ensure they are registered in the System for Award Management (SAM) prior to award consideration.
    RAPID_MAC_FORECAST_JULY_2024
    Active
    Dept Of Defense
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Landfill Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to provide landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The scope of work includes high-pressure water cleaning, grounds maintenance, dumpster refurbishment, cleaning of the brass collection area, maintenance of landfill scales, and heavy equipment services. This procurement is crucial for maintaining operational efficiency and environmental compliance at the landfill facilities. Interested vendors must submit a capability statement confirming their Small Business status by November 1, 2024, to the designated contracting officers, Benjamin A. Bryan and Regenia D. Guest, via email.
    Social Networking Site Tool RFI
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps (USMC), is seeking information from vendors regarding a Commercial-Off-the-Shelf (COTS) automated Social Networking Site (SNS) tool aimed at combating impersonation and malicious activities targeting USMC leadership online. The primary objective is to acquire a solution that can efficiently discover, report, and eliminate fraudulent social media accounts impersonating General Officers and Senior Executive Service personnel, thereby safeguarding the integrity and security of the Marine Corps Enterprise Network. This initiative is part of a broader governmental effort to enhance cybersecurity protocols and protect key officials from impersonation threats in the digital landscape. Interested vendors are invited to submit their capabilities and insights by November 8, 2024, and should direct inquiries to Ligaya Wallace at ligaya.wallace@usmc.mil or call 703-432-2316.
    DELL EMC Hardware/Software maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center – Aircraft Division (NAWCAD), is seeking proposals for ongoing maintenance and support of DELL EMC hardware and software within its data center. This procurement aims to ensure reliable technical assistance for the Research, Development, Test, and Evaluation (RDT&E) Branch, with a focus on maintaining operational efficiency and compliance with government standards. The contract will be awarded on a limited competition basis exclusively to DELL EMC and its authorized distributors, with proposals due by October 24, 2024. Interested vendors should contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil for further details and ensure their SAM.gov registration is active.