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 quotes for support services related to physical, administrative, and visitor control for its Special Security Office. The procurement aims to ensure compliance with security directives associated with Sensitive Compartmented Information (SCI) while providing personnel monitoring, security indoctrinations, and visitor management for approximately 2,200 employees. This contract, which is 100% set aside for eligible 8(a) participants, emphasizes the importance of maintaining high security standards and effective contract performance to bolster cybersecurity operations within the Marine Corps. Interested contractors should reach out to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil for further details, with the contract valued at approximately $4.24 million and operational commencement expected on January 10, 2025.

    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.
    The document details questions and answers related to federal Request for Proposals (RFP) for the MCCYWG project. It clarifies operational aspects, such as the consolidation of facilities into one building, security clearance responsibilities for the contractor, and travel requirements. Notably, the MCCYWG operations may shift to Fort Meade by the end of 2025, impacting staffing and logistics. Key operational tasks include visitor control and escorting, with requirements for contractor personnel to manage visitor access and provide necessary security measures at the locations. The contractor is not bound to provide specific uniforms, but business casual is recommended. Training provided by the government is classified as on-the-job training, while technical training remains the contractor's responsibility. The document also addresses the submission format for proposals, clarifies the evaluation process, and emphasizes the need for detailed past performance documentation. The contracting period is set to begin on January 10, 2025, with an award value of approximately $4.24 million. Overall, this RFP serves to ensure that potential contractors understand the operational, security, and administrative frameworks required for fulfilling the contract efficiently.
    The document is Amendment 0001 to Solicitation M00264-24-Q-0109, inviting quotes for support services to the Marine Forces Cyber Command's Special Security Office. It updates various sections, including the Questions and Answers, Performance Work Statement (PWS), and performance questionnaire adjustments. The acquisition is 100% set aside for eligible 8(a) participants focused on personnel and visitor control, as well as compliance with security directives associated with Sensitive Compartmented Information (SCI). The PWS specifies responsibilities including monitoring daily activities and security compliance for about 2,200 employees. Services include personnel monitoring, security indoctrinations, and visitor control, with detailed reporting requirements specified. Contractor staff must maintain specific security clearances (TS/SCI) and complete various security tasking efficiently. The proposal outlines operational hours, insurance requirements, and includes a comprehensive list of clauses governing the contract execution process. The amendment emphasizes incorporating quality control measures while safeguarding government information and focuses on effective contract performance to support cybersecurity operations within the Marine Corps.
    The Marine Forces Cyber Command has issued a Request for Quotation (RFQ) M00264-24-Q-0109 for Special Security Office Support Services, seeking to gather performance history data on a specific contractor. Government point-of-contact personnel are required to complete a Past Performance Questionnaire, providing crucial information regarding the contractor's historical performance across various metrics such as quality, schedule, management, and cost control. The document outlines the procedure for completing the questionnaire, including deadlines and formatting requirements. It provides detailed evaluation definitions to assess contractor performance, ranging from "Exceptional" to "Unsatisfactory," across key areas of contract execution. Each section requires references to be filled in for contact details, similarities to solicitation requirements, and descriptive assessments. The overall goal of this assessment is to ensure an accurate representation of the contractor’s capabilities and past performance, which will inform future contracting decisions. This process embodies the governmental emphasis on due diligence and transparency within federal contracting practices to ensure accountability and optimal resource allocation.
    Lifecycle
    Similar Opportunities
    Command VIP Suite
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Command VIP Suite project, with a focus on construction-related services at Camp Lejeune, North Carolina. This procurement aims to enhance operational capabilities by providing a state-of-the-art facility tailored to the needs of the Special Operations Community, emphasizing small business participation, particularly from service-disabled veteran-owned small businesses. Proposals are due by 12:00 PM Eastern Standard Time on September 23, 2024, following a mandatory site visit on September 17, 2024. Interested contractors should direct inquiries to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or call 910-440-1697 for further details.
    Intrusion Detection System B1217 SCIF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at Building 1217 on Joint Base Andrews, Maryland. The contractor will be responsible for ensuring that all IDS equipment is compatible with the existing Honeywell Vindicator security infrastructure, which is critical for maintaining security standards within the military context. This procurement is set aside for small businesses, with a total contract value of $25 million, and interested parties must submit their quotations by September 20, 2024, with the anticipated award date on September 24, 2024. For further inquiries, potential bidders can contact SMSgt Stacey Little at stacey.little.1@us.af.mil or MSgt Bo Im at bo.im.1@us.af.mil.
    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.
    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.
    Access Control System & Intrusion Detection System B3009: Simulation Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the installation of an Access Control System (ACS) and Intrusion Detection System (IDS) at the F-16 Flight Simulator Facility (building 3009) located at Joint Base Andrews, Maryland. The procurement aims to enhance security measures by ensuring that the new systems are compatible with existing infrastructure, particularly the Tyco International C-CURE 9000 and Honeywell Vindicator systems, in compliance with Intelligence Community Directive (ICD) 705. This initiative is critical for maintaining operational security at military facilities and involves engineering, installation, testing, and training services to ensure full operational compliance. Interested small businesses must submit their quotations by September 24, 2024, with an anticipated award date of September 27, 2024. The total funding amount for this project is $734,012.09, and inquiries can be directed to Stacey Little at stacey.little.1@us.af.mil or Bo Im at bo.im.1@us.af.mil.
    FY24_Common Access Card (CAC)_Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for a Common Access Card (CAC) Door Access System for the Air Force Judge Advocate General School. This procurement aims to enhance security measures by acquiring access control equipment, software, and installation services, with a focus on new equipment only. The contract is set aside for small businesses, and all quotes must be submitted by 10:00 AM CDT on September 23, 2024, following a site visit scheduled for September 18, 2024. Interested vendors should ensure compliance with federal acquisition regulations and can contact Lauryn Setzer or William Stallings for further information.
    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.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.
    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.
    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.