Support services for physical, administrative, and visitor control for MFCC subordinate commands
ID: M00264-24-Q-0109Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, specifically the Marine Forces Cyber Command, is seeking qualified contractors to provide support services for physical, administrative, and visitor control for its subordinate commands. The procurement focuses on investigation and personal background check services, emphasizing the need for compliance with security regulations related to Sensitive Compartmented Information (SCI), as outlined in the Performance Work Statement (PWS). This opportunity is critical for enhancing cybersecurity operations while ensuring rigorous security and administrative protocols are maintained. Interested parties, particularly those eligible under the 8(a) set-aside program, should contact Bradley Hoover at bradley.hoover@usmc.mil or 703-784-1316 for further details, with submissions due by the specified deadlines in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a technical error related to the inability of a PDF viewer to display the contents of a government file, specifically concerning federal RFPs, federal grants, and state/local RFPs. It suggests users upgrade their Adobe Reader to access the document and provides links for downloading and assistance. The mention of trademarks indicates that it is a standard notification often included in technical documents and does not contain substantive information about government contracts or grant opportunities. Thus, the main purpose of the document is to inform users about technical requirements and provide assistance for accessing government resources rather than detailing any specific proposals or grants.
    The document outlines Solicitation M00264-24-Q-0109 for Marine Forces Cyber Command's Special Security Office Support, issued as a request for quote (RFQ) limited to eligible 8(a) participants under the Small Business Administration guidelines. It emphasizes the need for commercial products and services, particularly in investigation and personal background check services. Key services required include personnel and visitor control, administrative tasks, and compliance with various security regulations related to Sensitive Compartmented Information (SCI). The Performance Work Statement (PWS) details operational hours, quality control, security clearances, and specific performance objectives, including indoctrinations and debriefings, physical security inspections, and visitor management. The contractor is responsible for safeguarding government property and information, and ensuring adherence to performance metrics specified in the PWS. Contract supervision will involve regular meetings and reports to track compliance and performance. Overall, this solicitation highlights the government’s focus on strengthening cybersecurity operations while ensuring rigorous security and administrative protocols are followed.
    The document outlines the framework for a Question & Answer session related to the Request for Quotation (RFQ) M00264-24-Q-0109. It invites contractors to submit clear and concise technical, pricing, solicitation, and miscellaneous questions, which will be answered by the government promptly after the question submission period concludes. The structure allows for additional inquiries to be added as needed and emphasizes the importance of clarity to ensure that all questions receive appropriate responses. This procedure reflects standard practices in federal government RFPs, grants, and procurement processes, aiming for transparency and clarity in government contracting. The document serves as a tool to facilitate communication between potential contractors and the government, ensuring that all parties have a mutual understanding of the requirements and expectations.
    The Marine Forces Cyber Command is requesting participation in a Past Performance Questionnaire to assess contractor performance for a specific contract related to Special Security Office Support Services. The document outlines the procedure for completing the assessment, which involves evaluating various aspects such as quality of performance, schedule adherence, management effectiveness, and cost control. Respondents, who are contacts for the referenced contract, are instructed to return their completed questionnaires by a specified deadline. Key evaluation criteria include definitions of performance levels ranging from exceptional to unsatisfactory, assessing the contractor's compliance with requirements, timeliness, responsiveness, and cost management. Additionally, the document emphasizes the importance of providing rationale for performance ratings, enabling an informed appraisal of the contractor’s history and capabilities. This assessment plays a critical role in determining the feasibility and reliability of potential contractors in future government solicitations and grants.
    The document M00264-24-Q-0109 outlines the pricing template for RFQ (Request for Quotation) concerning MCCYWG and MCCOG Support Services, potentially located at Ft. Meade, MD. It provides a structured format for quoters to insert labor categories and total labor prices across different performance periods, including a base period and two option periods. Each labor category must be entered individually, and the formatting enforces the rounding of costs to the nearest cent, ensuring accurate accounting of expenses. Additionally, it integrates FAR (Federal Acquisition Regulation) 52.217-8 calculations based on input for Option Period 2, emphasizing the importance of providing unit prices over specified durations. The document's meticulous structure is designed for bidders to transparently present their pricing while adhering to federal guidelines. Overall, this pricing template serves as a critical component in the procurement process, ensuring that all submissions are standardized for evaluation against federal regulations and grant opportunities.
    The document is a Wage Determination under the Service Contract Act, provided by the U.S. Department of Labor, outlining minimum wage rates and fringe benefits for occupational classifications in Maryland as of July 22, 2024. It specifies wage requirements based on contract dates in relation to Executive Orders 14026 and 13658, mandating at least $17.20 or $12.90 per hour for covered workers, depending on when the contract was awarded. The document details numerous occupations with corresponding hourly pay rates and identifies critical worker protections, including health and welfare benefits, paid vacation, and holiday entitlements. It also discusses the process for classifying additional occupational roles not listed within the wage determination and emphasizes the importance of compliance with established labor standards. Overall, this Wage Determination serves as a legal framework ensuring fair compensation for workers involved in service contracts, highlighting the government's commitment to upholding labor rights and standards in federal contracts while providing guidance for contractors on obligations under the Service Contract Act.
    The U.S. Department of Labor's Wage Determination No. 2015-4281 specifies minimum wage rates and fringe benefits for federal contracts under the Service Contract Act (SCA). Effective January 30, 2022, contractors must pay covered workers at least $17.20 per hour, with rates varying by occupation and considering the applicable executive orders. The document outlines wage rates for various positions, listing detailed rates for numerous job classifications, ranging from administrative roles to technical and skilled trades across the District of Columbia and parts of Maryland and Virginia. Moreover, it details obligations related to vacation, holidays, health benefits, and provisions for uniform allowances, emphasizing compliance with federal mandates, including paid sick leave under Executive Order 13706. Special provisions apply to classifications not explicitly listed in the determination, which require a conformance process to ensure appropriate pay levels. This document serves as a critical reference for both contractors and government agencies, ensuring adherence to labor laws and fair wage practices across federally funded projects, thus promoting worker rights and equitable compensation.
    Lifecycle
    Similar Opportunities
    Regional Armed Security Guard services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at multiple locations, including Norfolk Naval Shipyard in Portsmouth, Virginia, and Naval Support Activity in Philadelphia, Pennsylvania. The procurement aims to ensure the safety and security of various naval facilities, which are critical to national defense operations. This contract is set aside for 8(a) certified businesses under the NAICS code 561612, and interested parties should reach out to Susan Roberts at susan.roberts2@navy.mil or call 757-341-0091 for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their submissions in accordance with the outlined requirements.
    Cyber Security Tools
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Cyber Security Tools through a combined synopsis/solicitation. This opportunity is aimed at acquiring commercial products or services that enhance IT and telecom security and compliance, as outlined under the NAICS code 517810 and PSC code 7J20. The tools are critical for ensuring robust cybersecurity measures within military operations, emphasizing the importance of safeguarding sensitive information and infrastructure. Interested small businesses are encouraged to submit their proposals, with inquiries directed to Marketplace Support at marketplacesupport@unisonglobal.com, as this contract is set aside for total small business participation.
    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) through a non-personal services contract. The contractor will be responsible for providing comprehensive IT support, including cybersecurity, hardware and software maintenance, user management, Geographic Information System (GIS) services, Computer-Aided Design (CAD) services, and database administration, all in accordance with the Performance Work Statement. These services are critical for maintaining the operational efficiency of the Directorate of Public Works at JBLM, ensuring that IT systems support the base's infrastructure and mission requirements effectively. Interested vendors must submit their proposals via email by the specified deadline, with all submissions needing to comply with the requirements outlined in the solicitation, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil.
    M9549424Q0023 Solicitation MCBOOT Phase IV Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the Marine Corps Business Operations Optimization Team (MCBOOT) Phase IV Support Services under solicitation number M9549424Q0023. The objective of this procurement is to obtain support services that enhance the operational efficiency of the Marine Corps Business Operations, as detailed in the solicitation and its associated exhibits. This opportunity is particularly significant as it falls under the category of Custom Computer Programming Services, which are vital for the development and support of business applications within the military framework. Interested small businesses are encouraged to reach out to the primary contact, Adam Cole, at adam.cole@usmc.mil or by phone at 248-687-9365, or the secondary contact, David Godfrey, at david.godfrey@usmc.mil or 703-898-2855, for further information regarding the submission process and deadlines.
    Protective Services Officer
    Active
    Justice, Department Of
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
    MARINE CORPS ENTERPRISE NETWORKS (MCEN) EVENT MANAGEMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), is seeking information from qualified contractors regarding the Marine Corps Enterprise Networks (MCEN) Event Management System (MEMS). The objective is to develop a unified solution that integrates various monitoring capabilities, including network performance analysis, user experience metrics, and system vulnerability management, while functioning in both on-premises and hybrid environments. This initiative is crucial for enhancing operational cybersecurity and network management standards within the Marine Corps, particularly at the Quantico, VA facility. Interested parties must submit their detailed responses electronically by September 27, 2024, and can direct inquiries to Francesca Deza at francesca.deza@usmc.mil or Todd D. Ingold at todd.ingold@usmc.mil.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    ForeScout Counteract
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for the procurement of ForeScout Counteract virtual security appliance software, specifically targeting small businesses under NAICS Code 423430. The procurement includes requirements for ActiveCare Advanced support for a two-device configuration over a one-year period and mandates that only certified ForeScout resellers may submit quotations. This software is crucial for maintaining the cybersecurity of the Commission's internal networks, ensuring continuity and protection against potential threats. Interested parties must submit their bids by 10:00 p.m. E.T. on September 19, 2024, with inquiries due by September 16, 2024; for further information, contact Meaghann Peak at meaghann.peak@usitc.gov.
    Commercial Solutions Opening (CSO): Security Education and Training Systems eLearning Platform
    Active
    Dept Of Defense
    The U.S. Department of Defense's Defense Counterintelligence and Security Agency (DCSA) seeks innovative technologies for its Security Education and Training Systems (SETS) through a Commercial Solutions Opening (CSO) solicitation. DCSA requires a comprehensive learning ecosystem, including learner management, content management, delivery, and collaborative tools, all aligned with stringent security frameworks. This four-phase competition invites companies to submit concise solution briefs, with a focus on defense applications. The agency aims to revolutionize its training programs while ensuring data continuity and security. Selected companies will be invited to pitch their solutions, leading to potential full proposal requests. The process emphasizes creativity and flexibility, encouraging nontraditional defense contractors and small businesses to participate. The DCSA seeks to enhance its mission effectiveness through these commercial solutions, with submissions due by December 31, 2024. For more information, interested parties can contact the DCSA SETS CSO Contracts and Procurement Office at dcsa.quantico.cpo.mbx.pmo-sets-cso@mail.mil.
    Armed Protective Security Officer Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, intends to issue a sole source extension for Armed Protective Security Officer Services at various locations in Washington, D.C., and Maryland. This extension, lasting up to six months, will continue the services provided by Golden SVCS LLC, Master Security Company LLC, and Triple Canopy, allowing time for the government to transition to follow-on efforts for these essential security services. The procurement is critical for maintaining safety and security at federal facilities, and interested parties may submit capability statements to Josh Clemens at josh.b.clemens@fps.dhs.gov, as this notice is not a request for competitive proposals. The applicable NAICS code is 561612, with a small business size standard of $29 million, and a Justification for Other Than Full and Open Competition will be posted following the award.