Site Security Manager (SSM) Services
ID: SP4702-24-Q-0057Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO COLUMBUS-DIVISION-1COLUMBUS, OH, 43218-3990, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for Site Security Manager (SSM) services to support the planning and design of a secure facility at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The procurement involves a firm-fixed-price contract for a duration of 12 months, with an option for an additional 12 months based on performance and funding, emphasizing compliance with Intelligence Community Directive (ICD) 705 and Department of Defense policies. This opportunity is critical for ensuring the security of Sensitive Compartmented Information Facilities (SCIF) and requires bidders to demonstrate relevant expertise and personnel with active Top Secret/Sensitive Compartmented Information (TS/SCI) clearances. Interested parties must submit their quotes by September 16, 2024, and can contact Dylan Stone at dylan.stone@dla.mil or Mitchell D. Hatfield at mitchell.hatfield@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Quality Assurance Surveillance Plan (QASP) for the Defense Logistics Agency (DLA) Indo-Pacific Synchronization Operations Center's Site Security Manager Planning & Design support services. It specifies the procedures for monitoring contractor performance following the contract award, ensuring adherence to the performance work statement (PWS), and addressing quality issues. Key phases include the After Award Phase, where the contracting officer's representative (COR) reviews the contractor's quality control and safety plans, sets up meetings to address concerns, and informs the contractor of necessary administrative processes. During the Work Phase, the COR continuously monitors performance, documents deficiencies, reviews contractor reports, and validates invoices. The End of Contract Phase focuses on confirming that all deliverables were received and milestones met. This structured approach emphasizes communication and documentation, ensuring that contractors operate effectively and comply with federal standards, thereby facilitating accountability and transparency in government contracts. This QASP is essential for maintaining quality control in federal contracting processes.
    The document outlines a Request for Proposal (RFP) from the Defense Logistics Agency (DLA) for a Site Security Manager (SSM) to provide expert planning and design support for the construction of a secure facility at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. It details the requirements for a firm-fixed-price contract, emphasizing the need for compliance with Intelligence Community Directive (ICD) 705 and DoD policies. The contract duration is set for 12 months, with one 12-month option contingent on performance and funding. Bidders must submit their quotes by September 16, 2024, and demonstrate expertise in security related to Sensitive Compartmented Information Facilities (SCIF). Key personnel must possess active Top Secret/Sensitive Compartmented Information (TS/SCI) clearances and a track record in relevant security experience. The document specifies responsibilities, deliverables, invoicing instructions, evaluation criteria (Lowest Price Technically Acceptable), and indicates a potential lack of award if deemed not in the government's interest. Overall, this RFP embodies a structured approach to securing specialized construction oversight while ensuring adherence to national security standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SIPR SAFE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Hawaii Army National Guard, is seeking proposals for the procurement of a SIPR safe and desk that meets GSA class 5 protection requirements for secure laptop storage. The safe must accommodate a laptop along with SIPRGuard gateway and biometric control access, ensuring compliance with stringent security standards. This procurement is critical for enhancing the security infrastructure at a military facility in Honolulu, Hawaii, with a delivery deadline set for September 30, 2024. Interested small businesses, including service-disabled veteran-owned, women-owned, and HUBZone firms, must submit their offers by 11:00 AM on September 20, 2024, and can contact Warren Sabugo at warren.m.sabugo.civ@army.mil or 808-844-6421 for further information.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    REPLACE RAMP STORMWATER CONTAINMENT VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking contractors to replace the ramp stormwater containment valve at Joint Base Pearl Harbor-Hickam in Hawaii. The project involves removing the existing valve, actuator, and supports, and installing a new manual valve, metal access platform, and signage, all in accordance with the attached Statement of Work and relevant specifications. This procurement is crucial for maintaining environmental compliance and operational efficiency at the airbase. Interested small businesses must submit sealed offers by September 23, 2024, with a project budget estimated between $25,000 and $100,000, and are required to start performance within 30 days of notice to proceed. For further inquiries, contact Warren Sabugo at warren.m.sabugo.civ@army.mil or call 808-844-6421.
    IDS and AFNET Fiber for the Hawaii Air National Guard
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the installation of Intrusion Detection Systems (IDS) and fiber optic lines for the Hawaii Air National Guard, with a focus on the 150th Electromagnetic Warfare Squadron in Kauai and the 109th EWS at Joint Base Pearl Harbor-Hickam in Honolulu. The procurement aims to enhance security measures and communication infrastructure at military facilities, ensuring compliance with federal security standards and operational readiness. Interested vendors must submit their proposals, including price quotes and technical approaches, by 10:00 a.m. Hawaii Standard Time on September 27, 2024, with inquiries directed to Jonathan Weber at jonathan.weber.14@us.af.mil. This opportunity is set aside for small businesses, reflecting the government's commitment to supporting small business participation in federal contracting.
    Preventative Maintenance and Repair of Grille/Roll Up Doors, Automatic Doors, and Handicap Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on the preventative maintenance and repair of grille/roll-up doors, automatic doors, and handicap doors at various Army installations on the Island of Oahu, Hawaii. The contract aims to ensure operational readiness and safety by maintaining a total of 1,117 doors and 104 automatic and handicap doors, adhering to federal, state, and local regulations. This maintenance is crucial for the functionality and accessibility of military facilities, reflecting the government's commitment to maintaining high standards of infrastructure. Interested contractors must submit their offers by October 3, 2024, and can direct inquiries to Maria Olipas at maria.d.olipas.civ@army.mil or by phone at 808-787-8825.
    Asia-Pacific Center for Security (APCSS) Louvered Cover for Walkway and Lanai
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for the installation of a louvered cover for the walkway, wheelchair ramp, and lanai area at the Asia-Pacific Center for Security Studies in Honolulu, Hawaii. The primary objective of this contract is to provide a protective structure that prevents rainwater exposure, thereby minimizing structural deterioration and reducing the need for frequent repairs. This project encompasses approximately 5,200 square feet and is critical for maintaining the integrity and usability of the facility. Interested vendors must submit their proposals electronically by September 20, 2024, at 9:00 AM HST, following a mandatory site visit on September 18, 2024. For further inquiries, vendors can contact Ali M. Beshir at ali.m.beshir.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contract, designated under solicitation number FA521524Q0003, requires the contractor to provide preventive maintenance, battery replacement, and 24/7 emergency support for Schneider Electric APC UPS units, ensuring the reliability of power for Sensitive Electronic Equipment Systems (SEES). This procurement is critical for maintaining operational capabilities at the 613th Air Operations Center, with a contract duration from September 30, 2024, to September 29, 2025, and options for up to five additional years. Interested small businesses must submit their quotes by September 23, 2024, and may direct inquiries to Joshua Ziegler at joshua.ziegler.3@us.af.mil or Daniel Callahan at daniel.callahan.7@us.af.mil.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY is seeking operation services for government-owned facilities. This service is typically used for the management and maintenance of these facilities. The place of performance is Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii. The notice is set aside for Total Small Business Set-Aside. For more information, contact Kristen Moody at 808-473-7500 or kristen.moody@navy.mil.