Construction Surveillance Technician (CST) Services
ID: 19AQMM24Q0148 Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The U.S. Department of State is soliciting proposals for Construction Surveillance Technician (CST) Services under the RFP-19AQMM24Q0148, specifically set aside for 8(a) socio-economic concerns. The primary objective of this procurement is to engage qualified contractors to provide CSTs who will ensure security at construction sites, preventing unauthorized access and the introduction of surveillance devices in sensitive government facilities. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a base year and four optional years, emphasizes the importance of maintaining security and compliance during construction operations. Proposals are due by 4:30 PM EST on October 16, 2024, with the anticipated award date set for November 6, 2024. Interested parties can reach out to Wendy Bibb at BibbWG@state.gov or (202) 285-1752 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation 19AQMM24Q0148, issued by the U.S. Department of State for Construction Surveillance Technician Services. The solicitation is aimed at small businesses, specifically set aside at 100% for small business participation. It details an Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, inclusive of a Base Period from November 30, 2024, through November 29, 2025, with four additional one-year options. Key components include requirements for personnel, delivery performance, contracting officer responsibilities, and compliance with security and insurance requirements. The proposed services encompass various labor hour rates for Lead and Apprentice Construction Surveillance Technicians. The document specifies rates that include wages, indirect costs, and profit, while outlining reimbursement guidelines for travel also. It emphasizes the importance of contractor performance evaluations and government oversight. Notably, the document integrates clauses related to safeguarding information, insurance obligations, and commitments against race and sex stereotyping. This solicitation reflects the government's structured approach to obtaining services while ensuring quality standards, accountability, and adherence to legal and ethical regulations in public contracting.
    The document outlines the solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Construction Surveillance Technician services for the U.S. Department of State. Issued on October 2, 2024, it is aimed at small businesses, with preference for those owned by women, veterans, and HUBZone entities. The contract includes a base year from November 30, 2024, to November 29, 2025, followed by four optional years, each also lasting one year. Key components include personnel requirements, pricing structures for labor hour contracts, travel cost reimbursement, and various administrative processes. The contract specifies that services are to be provided at Department of State facilities in Washington, DC, with a focus on maintaining security and quality assurance standards. The contractor must comply with confidentiality and security regulations, including providing necessary personnel with top-secret clearance. The document emphasizes the need for detailed reporting, performance evaluations, and inspections to ensure compliance with contract terms. Overall, this solicitation reflects the government's efforts to engage small businesses in supporting its operational needs while adhering to regulatory standards.
    The document is a Request for Proposal (RFP) from the Department of State for Construction Surveillance Technician (CST) services. It outlines the need for CSTs to ensure security at domestic construction sites, preventing unauthorized access and the introduction of surveillance devices. The RFP specifies that contractors must hold a Top Secret Facility clearance to facilitate the work, which encompasses hiring, training, and deploying qualified personnel. Key objectives include providing comprehensive recruitment, training, and oversight. The contractor is responsible for maintaining detailed operational records, schedules, and progress reports. Additionally, it emphasizes the importance of ongoing training, including on-the-job programs and mandatory certifications. The document details personnel requirements, including the roles of Program Manager, Contract Administrator, Lead CST, and Apprentices/Journeymen, highlighting their respective qualifications and responsibilities. Staffing levels will vary based on project needs, and clearances for personnel must be ensured from the outset. Overall, this RFP emphasizes the critical nature of security in construction operations for sensitive government facilities, underpinning the importance of qualified personnel and stringent operational standards.
    The document outlines a Request for Proposal (RFP) from the Department of State for Construction Surveillance Technician (CST) services aimed at ensuring the security of construction sites and controlled areas. It emphasizes the requirement for contractors to provide trained CSTs who can detect unauthorized access and prevent the introduction of contraband in sensitive government facilities. The contractor must hold a Top Secret Facility Clearance and manage operational tasks including personnel training, supervision, and administrative documentation. Key objectives include recruiting qualified personnel, delivering extensive training programs (including an On-the-Job Training Program), and maintaining detailed operational records. The CSTs, defined at various levels based on their experience and security clearance, are responsible for monitoring access, inspecting materials, documenting construction activities, and reporting security breaches. The scope of work is structured to allow flexibility in staffing according to project demands while adhering to stringent training and record-keeping protocols. The document serves as a guiding framework for contractors in providing high-quality construction surveillance services within U.S. facilities, ensuring compliance with government security standards.
    The U.S. Department of State's Bureau of Diplomatic Security is issuing a Request for Proposal (RFP) for Construction Surveillance Technician (CST) services as an 8(a) socio-economic set aside. This RFP aims to establish a single Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for up to five years, starting with a one-year base period followed by four optional years. The contract intends to ensure security and integrity at construction sites and controlled access areas. Proposal submissions must be divided into two volumes: Volume I (Technical Proposal) which focuses on a comprehensive compensation and retention plan, management strategy, and past performance history, and Volume II (Price Proposal) detailing fully burdened labor rates. Proposals are due by 4:30 PM EST on October 16, 2024. All submissions must adhere to strict format and content requirements. The evaluation will consider the proposal's clarity, completeness, past performance relevance, and adherence to the technical factors outlined in the RFP. The award is expected around November 6, 2024, with performance commencing November 30, 2024. Importantly, the government will not consider multiple proposals from a single offeror or accept late submissions unless conditions allow. The process emphasizes best and final offers and may include awards based on factors beyond just pricing.
    The U.S. Department of State's Bureau of Diplomatic Security is issuing a Request for Proposal (RFP) for Construction Surveillance Technician (CST) services, designated as an 8(a) set aside for eligible socio-economic concerns. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) format, lasting up to five years, including a base year and four option years, with anticipated award on November 6, 2024. Proposals must be submitted electronically by October 20, 2024, and include detailed cover pages, technical and price volumes. Key proposal components include a Technical Proposal (Volume I) addressing compensation, management strategies, and past performance, with a limit of 50 pages. The technical submission must reflect a clear understanding of contract requirements and include specific outlines for compensation packages and retention strategies. The Price Proposal (Volume II) must detail fully burdened labor rates in adherence to Department of Labor requirements, without integrating price information in the technical submission. Offerors must comply with SAM registration and provide unique entity identifiers. The evaluation process will favor thoroughness and clarity in proposals, with the government reserving the right to reject any proposals or award to other than the lowest priced offeror. This RFP signifies the government's approach to ensuring effective procurement while supporting small business participation.
    This document outlines the Evaluation and Selection Criteria for the Construction Surveillance Technician (CST Services) RFP-19AQMM24Q0148, issued by the Department of State (DOS). The evaluation process will focus on the strengths, weaknesses, and potential risks of proposals submitted under FAR Part 16.5 guidelines, ultimately leading to one award based on the best value to the government. Proposals will be assessed on non-price factors, which hold greater weight than price, including the Compensation and Retention Plan, Management Plan, and Past Performance. Each proposal will undergo a rating system, with distinctions such as "Superior," "Acceptable," and "Unacceptable," to gauge the effectiveness of strategies for attracting and retaining qualified personnel, as well as the offeror's capability to meet contract requirements. Past performance will be judged based on the relevance and quality of previous contracts similar in size and complexity. A price analysis will also ensure proposed costs align with fair market values. This structured evaluation underscores the importance of thorough proposal submissions to facilitate a successful procurement process for CST services.
    The document outlines the requirements for submitting a proposal for Construction Surveillance Technician (CST) Services as part of RFP-19AQMM24Q0148. It emphasizes the completion of a cross-reference matrix, which serves to demonstrate full compliance with the solicitation. This matrix should include a comprehensive list of all proposal sections, evaluation criteria, and specific requirements from the Statement of Work (SOW) document. Each entry in the matrix must reference its corresponding proposal section and provide context, ensuring that no requirement is overlooked. The RFP is exclusively open to 8(a) socio-economic concerns, meaning only proposals from these organizations will be considered. The document specifies required proposal formatting guidelines, such as paper size, font type, and margin specifications, to ensure uniformity in submissions. Overall, the RFP aims to facilitate clear alignment between proposal submissions and evaluation criteria for effective compliance assessment.
    The document outlines the employee benefits package for the Construction Surveillance Technician (CST) Services under RFP-19AQMM24Q0148. It details various benefits, including holidays, personal time off (PTO), sick leave, and bereavement/emergency leave, without specifying exact amounts for the PTO across different years. The document underscores essential health benefits, offering sections for health, vision, dental, life, short-term, and long-term disability insurance, along with a flexible spending account, tuition reimbursement, and commuter savings accounts. Additionally, it mentions profit sharing and a 401(k) plan, explaining options like traditional, safe harbor, and SIMPLE plans, including employer matching contributions and vesting schedules. The structure clearly distinguishes between the type of benefit, specifics about the provider, as well as premium shares and waiting periods. The intent of the document aligns with the federal government's procurement processes, focusing on transparent and competitive employee benefit offerings to attract qualified contractors for CST services. This summary maintains an objective tone and captures the document’s core components succinctly.
    The FSS Past Performance Questionnaire is designed to evaluate a firm or agency’s performance on contracts related to federal government requests for proposals (RFPs) and grants. The document requires the completion of various sections including the firm’s name, project details, assessing official’s contact information, and the association with the rated firm. Evaluators assess multiple performance categories such as the quality of service, adherence to schedule, cost control, business relations, management of personnel, reliability, customer support, and overall performance. Each category allows for ratings from 'Unsatisfactory' to 'Exceptional.' Additional comments can be included to provide more context regarding the evaluation. This structured assessment helps in determining the effectiveness and reliability of contractors in meeting the requirements of government contracts, ensuring accountability and performance standards are upheld in public procurement processes.
    The document outlines the labor category rates for Construction Surveillance Technician Services under the RFP 19AQMM24Q0148, covering the Base Year and four Option Years. Each year includes estimated hours for various positions, such as Lead Construction Surveillance Technicians and Construction Surveillance Technician I, among others. The total estimated hours for each year amount to 83,876, with a total cost of $800,000. The breakdown encompasses regular and supplemental hours for each role, indicating the necessity for both experienced and apprentice technicians. The structure of the document is repetitive, presenting information for the Base Year and each Option Year in a similar manner for consistency. The key purpose of this RFP is to solicit contract proposals from service providers experienced in construction surveillance, crucial for ensuring adherence to safety and regulatory compliance during construction projects. The total projected cost for all five years remains at $0.00 due to the placeholder nature of the data provided. Overall, the document emphasizes the systematic planning and budgeting required for government contracts related to construction oversight services.
    The document outlines the Request for Proposal (RFP) 19AQMM24Q0148 for Construction Surveillance Technicians Services. It provides a detailed breakdown of labor category rates and estimated hours for the base year and four option years, totaling 83,876 hours across several labor categories, including Lead Construction Surveillance Technicians and various levels of Construction Surveillance Technicians. Each category lists regular and supplemental hours, amounting to an estimated total cost of $800,000 for each year. The structure of the document highlights a consistent hourly rate across all years, indicating continuity in service demand. It emphasizes the provision of construction surveillance, which is critical for safety and compliance in federal projects. Each section reiterates the anticipated labor and financial commitments associated with the role of surveillance technicians, showcasing the government's focus on maintaining rigorous oversight throughout the project duration. This document serves as a foundational guide for contractors seeking to understand the labor and financial requirements necessary to comply with the RFP, highlighting the critical nature of surveillance in construction operations.
    The document outlines the Wage Determinations under the Service Contract Act from the U.S. Department of Labor, specifically Wage Determination No. 2015-4281, Revision No. 30, last revised on July 22, 2024. It details minimum wage requirements mandated by Executive Orders 14026 and 13658 for contracts initiated post-January 30, 2022, or renewed thereafter, specifying a base pay of at least $17.20 per hour. For earlier contracts, the minimum wage is set at $12.90 per hour. The document lists applicable occupations, their wage rates, and pertinent fringe benefits, providing comprehensive staffing classifications across various job families including administration, automotive service, and healthcare occupations. Additionally, it addresses compliance requirements such as paid sick leave, holiday pay, and uniform maintenance costs, along with the conformance process for unlisted occupations. This summary emphasizes the government's aim to ensure fair compensation for federal contract workers, fulfilling labor standards and protecting worker rights within federal contracts across specified regions, including the District of Columbia, Maryland, and Virginia.
    The document serves as a DD Form 254 detailing the security classification specifications for a contract between the Department of Defense and a contractor involving access to classified information. The primary focus is on the security measures essential for safeguarding classified materials as stipulated by the National Industrial Security Program (NISP) and the Department of State regulations. Key sections include the required security clearances, responsibilities regarding classified information access, and additional security requirements specific to the contract. The contractor's personnel must possess appropriate clearance levels, including TOP SECRET and SCI eligibility, and there are strict guidelines for reporting adverse information regarding personnel. The form also outlines procedures for background checks and emphasizes adherence to relevant security protocols during contract performance. Overall, this document underscores the government’s priority on security and proper management of sensitive information in contracted services, particularly those linked to national security.
    The document outlines the security classification specifications for a federal contract concerning the Department of State's procurement for construction surveillance technician services. It emphasizes compliance with the National Industrial Security Program (NISP) and mandates that contractor personnel have requisite security clearances—TOP SECRET or SECRET—prior to contract performance, particularly for access to Sensitive Compartmented Information (SCI). The specifications detail the contractor’s responsibilities for safeguarding classified information, including prohibitions on discussing this information outside authorized personnel and the necessity for immediate reporting of any security incidents. Additionally, it specifies procedures for personnel background investigations, including required documentation and reporting adverse information. The guidance aims to ensure that classified or sensitive information remains protected while outlining the necessary steps for compliance, particularly focused on maintaining security within Department of State facilities. This document is critical for facilitating the government’s efforts to maintain national security through stringent contractor oversight.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Special Project Coordination AE IDIQ
    Active
    State, Department Of
    The U.S. Department of State (DOS) is seeking qualified architectural and engineering (A/E) firms to provide comprehensive services for various locations worldwide through the Special Project Coordination AE IDIQ contract. This procurement aims to support the Overseas Buildings Operations (OBO) by leveraging the expertise of selected firms to enhance the DOS's overseas operations. Following the submission deadline of July 24, 2024, a total of 12 responses were received, and eight firms, including Caples Jefferson Architects and Morphosis Architects, have been shortlisted to advance to Stage 2 of the procurement process, with the shortlist officially posted on October 9, 2024. Interested parties can reach out to primary contact Lenny Le at lelt@state.gov or secondary contact Gloria Paul at PaulG2@state.gov for further information.
    INL Colombia Construction IDIQ
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for projects in Colombia, with a total potential value of up to $50 million. The contract encompasses the construction of various administrative and lodging facilities, emphasizing firm fixed pricing, compliance with environmental and labor standards, and a robust quality management framework. This opportunity is crucial for enhancing operational infrastructure abroad, ensuring high standards of construction management. Interested bidders must submit their proposals by November 22, 2024, and can direct inquiries to Scott M. David at ScottDM@state.gov or Joonpil Hwang at hwangj2@state.gov.
    Northern California Freight Transfer Facility Construction Surveillance Technician
    Active
    Dept Of Defense
    The National Reconnaissance Office (NRO) is seeking a qualified contractor to provide an on-site Construction Surveillance Technician (CST) for facilities support during building construction in Northern California. The contractor must supply a cleared individual with expertise in Sensitive Compartmented Information Facility (SCIF) construction, ensuring compliance with all relevant regulations and documentation. This contract is crucial for maintaining security and oversight during the construction process, with an estimated value between $500,000 and $1,000,000, and an Invitation for Bid (IFB) expected to be released on or about November 13, 2024. Interested parties should ensure they have an ARC account to access the solicitation and may contact Alisia Waldon at waldonal@nro.mil or Barry Honeycutt at honeycba@nro.mil for further information.
    Brokerage Services
    Active
    State, Department Of
    The Department of State (DoS) is seeking to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for global real estate brokerage services, with an initial term of two base years and three optional one-year extensions. The objective is to engage qualified brokers to facilitate various real estate transactions that support U.S. diplomatic missions worldwide, emphasizing technical merit over cost in the selection process. This procurement is particularly significant as it addresses the U.S. Government's need for professional real estate services to manage its diverse property requirements abroad effectively. Proposals will be solicited under Solicitation Number 19AQMM24R0233, expected to be published around November 30, 2024, with submissions due by 12:00 PM EST on December 30, 2024. Interested parties can direct inquiries to Blondell Taylor at taylorbk2@state.gov, with a Q&A period closing on November 15, 2024.
    Construction Security Monitoring (CSM) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Far East District, is conducting a market survey to identify firms capable of providing Construction Security Monitoring (CSM) services in South Korea. The procurement aims to secure comprehensive security-related engineering and monitoring services for the construction and renovation of U.S-Only Secure Facilities, adhering to Intelligence Community Directive 705 (ICD 705). This opportunity is critical for ensuring the physical security of sensitive construction projects in an overseas environment. Interested firms must respond by 10:00 AM Korea Standard Time on October 25, 2024, providing necessary qualifications and past performance information to the primary contact, Su Yong Sin, at suyong.sin@usace.army.mil.
    Global Advisory (Update)
    Active
    State, Department Of
    The Department of State is seeking qualified contractors for the Global Advisory services through a forthcoming Request for Proposal (RFP). This initiative aims to provide international advisory services, particularly focusing on enhancing peace and security in sub-Saharan Africa and improving partner nation security sector governance, with a performance period expected to last five years. The contract will be structured as a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a maximum of six awards across small business and full and open competition tracks. Interested parties should monitor SAM.gov for updates, as the RFP is tentatively scheduled for release in Q1 of FY25, and can reach out to primary contacts Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries.
    Construction of Corocito Road Dome with self-supporting roof and structural Components, Colon, Honduras
    Active
    State, Department Of
    The Department of State is preparing to solicit bids for the construction of the Corocito Road Dome, featuring a self-supporting roof and structural components, located in Colón, Honduras. This project is aimed at enhancing the infrastructure at the Corocito checkpoint and is expected to be completed within 90 calendar days from the issuance of the Notice to Proceed. The contract, valued between $100,000 and $250,000, will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, and the solicitation is anticipated to be posted on or around October 23, 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to direct inquiries to Scott M. David or Joonpil Hwang via their provided email addresses.
    Consolidated Receiving Point Services- U.S. Despatch Agency Miami, FL
    Active
    State, Department Of
    The Department of State is preparing to issue a Request for Proposals (RFP) for Consolidated Receiving Point Services at the U.S. Despatch Agency in Miami, Florida. The procurement aims to secure a contractor for packing, crating, receiving, containerization, and storage services, which are essential for managing items shipped to U.S. embassies and consulates worldwide. These services will facilitate the receipt, inspection, inventorying, and shipping of government-owned items and household effects for U.S. Government employees, with the contractor required to be operational within 30 days of award. The RFP is expected to be released between November 1 and November 10, 2024, with proposals due 30 days after issuance. Interested parties should contact Travis Keon at KeonTC@state.gov or JoAnn B. Carroll at CarrollJB@state.gov for further information, and must be registered in the System for Award Management (SAM) as an SBA Certified 8(a) small business to be eligible for award.
    HMO Residential Alarm installation and monitoring services
    Active
    State, Department Of
    The U.S. Department of State is soliciting quotations for residential alarm installation and monitoring services at the American Consulate in Hermosillo, Mexico, under solicitation number 19MX57-24-Q-0009. Contractors are required to provide, install, maintain, and monitor alarm systems, utilizing wireless technology and including components such as control panels, sensors, panic buttons, and sirens, all compliant with U.S. standards. This procurement is crucial for ensuring the safety and security of U.S. personnel abroad, with a contract period consisting of a base year and three optional extensions. Interested contractors must submit their proposals electronically by November 12, 2024, and are encouraged to attend a pre-quotation conference on October 16, 2024. For further inquiries, contact Michael K. Fogo at fogomk@state.gov or Esperanza Durazo at durazoeb@state.gov.
    BOUNDARY, TOPOGRAPHIC, AND UTILITY (BTU) LOCATION SURVEY
    Active
    State, Department Of
    The U.S. Department of State, through the General Services Office at the U.S. Embassy in Bogotá, Colombia, is seeking qualified vendors to conduct a Boundary, Topographic, and Utility (BTU) Location Survey at three potential embassy sites. The contractor will be responsible for comprehensive surveying services that adhere to ALTA/ACSM standards and local regulations, including the documentation of existing boundary markers, establishment of new markers, and the production of detailed surveys that incorporate topographical contours and utility layouts. This procurement is critical for ensuring accurate land acquisition and compliance with governmental standards, with offers due by October 18, 2024, at 4:00 PM local time. Interested vendors must submit their proposals via email to bogotagsocompras@state.gov, including compliance with the National Defense Authorization Act and evidence of relevant experience and financial capability.