ICD 705/SSM Physical Security Training
ID: FA860125Q0055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.

Point(s) of Contact
Files
Title
Posted
The solicitation FA8601-25-Q-0055 by the Department of Defense, specifically the Air Force Life Cycle Management Center, invites proposals for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base, Ohio. This combined synopsis/solicitation is designed for a 100% Small Business set-aside, adhering to the Federal Acquisition Regulation guidelines. The proposal evaluation will focus on technical capability and the lowest total evaluated price that is fair and reasonable. Interested offerors must submit their proposals electronically by April 29, 2025, with specific requirements outlined, including company and contact information, individual item pricing, and submission in permitted file formats. The performance period spans from August 2025 to September 2028, requiring compliance with outlined training standards. Proposals must clearly demonstrate conformity to the Government's needs and specifics in the Performance Work Statement. The solicitation emphasizes technical merit and cost-effectiveness to ensure valuable training services for the Air Force.
The Department of Defense, specifically the Air Force Life Cycle Management Center, has issued a combined synopsis/solicitation (FA8601-25-Q-0055) for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base, Ohio. This request is open exclusively to qualified small businesses, adhering to the NAICS code 611430 for Professional and Management Development Training. Proposals are sought based on the lowest price technically acceptable (LPTA) method, requiring conformance to the solicitation's requirements and a reasonable total evaluated price. Proposals must be submitted electronically by April 10, 2025, through specified email addresses, including detailed company information, pricing, and compliance documentation. The performance period is projected from August 2025 to September 2028, with delivery at a designated FOB destination. The solicitation emphasizes compliance with the Federal Acquisition Regulation standards and sets clear guidelines for proposal content and submission, underlining the government's prerogative to award or refrain from awarding contracts based on proposal quality. The attachment includes essential documentation such as the Performance Work Statement and certifications required from offerors.
The Performance Work Statement (PWS) outlines the requirements for Site Security Manager (SSM) and ICD 705 Physical Security Training for the Headquarters Air Force Materiel Command (HQ AFMC) Special Access Program Management Office (SAPMO). The objective is to equip security personnel with essential skills for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facility (SAPF) related activities. The training comprises a 40-hour course focused on topics such as SCIF/SAPF planning, construction security, and accreditation standards, adhering to the latest technical specifications. Course delivery will emphasize hands-on learning and incorporate principles of Adult Learning, targeting both experienced and novice security personnel. The contractor will provide hard-copy training materials, maintain quality control through feedback, and ensure compliance with OSHA safety regulations at Wright-Patterson AFB. Additionally, the contractor must present detailed course content to the government for approval and maintain documentation of attendance and instructor qualifications. The overarching aim of this training program is to enhance national security by fostering a workforce capable of effectively managing sensitive information through appropriate security measures. This initiative aligns with government standards for RFPs and grants, emphasizing quality training and compliance in securing the nation's defense infrastructure.
This Performance Work Statement (PWS) outlines the requirements for Site Security Manager (SSM) and ICD 705 Physical Security Training, aimed at ensuring that security personnel supporting Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF) possess the necessary skills for oversight during their design, construction, and accreditation. The training is designated for Department of the Air Force (DAF) security personnel who need foundational knowledge to manage SCIF/SAPF planning and security effectively. The contract specifies that training should not exceed 40 hours over a five-day period, incorporating adult learning principles, hands-on activities, and collaboration with subject matter experts. It requires quality course content, including materials tailored to meet audience needs, instructional quality, and adherence to safety protocols as mandated by the Voluntary Protection Program (VPP). Additionally, the contractor is responsible for maintaining training quality, ensuring adequate attendance records, issuing certificates of completion, and documenting compliance with safety standards. The PWS also emphasizes the importance of feedback and communication between the government and the contractor during the training period. This contract is essential for national security, as it aims to protect classified information and ensure compliance with federal security standards.
Mar 26, 2025, 2:04 PM UTC
The document outlines the requirements for Offeror Representations and Certifications pertinent to commercial products and services in government contracting, particularly focusing on verifying the eligibility and compliance of bidders. Offerors must complete specific representations based on their status in the System for Award Management (SAM), particularly addressing business size, ownership status (such as small, veteran-owned, or women-owned businesses), and other relevant certifications. The text mandates detailed self-representation regarding any unpaid federal tax liabilities or felony convictions, including stipulations for corporations. Furthermore, it addresses the necessity of disclosing participation in previous contracts subject to equal opportunity clauses and affirmative action compliance programs. This provision ensures transparency and accountability in federal contracting processes, particularly regarding the involvement of small and disadvantaged businesses, emphasizing the government’s commitment to equitable contracting opportunities and compliance with legal and regulatory standards.
The document presents wage determinations under the Service Contract Act by the U.S. Department of Labor, detailing wage rates and fringe benefits for various occupations within certain Ohio counties. It specifies that contracts entered into after January 30, 2022, must comply with minimum wage standards set by Executive Orders 14026 and 13658, mandating rates of at least $17.75 and $13.30 per hour respectively, depending on contract timelines. A comprehensive list of jobs and corresponding wage rates for administrative, automotive, food service, health, and technical occupations is included, with additional stipulations regarding benefits such as health and welfare, vacation, and holiday pay. Notably, the document outlines conformance processes for new job classifications not directly included in the wage determination. Furthermore, provisions regarding paid sick leave are stipulated for contracts awarded on or after January 1, 2017, under Executive Order 13706. The document serves as a regulatory guide for contractors ensuring compliance with labor standards on federal contracts, facilitating the equitable treatment of workers by detailing minimum wages, benefits, and worker protections essential for state and local procurements.
Apr 9, 2025, 7:08 PM UTC
The document from the Department of the Air Force outlines responses to inquiries regarding solicitation FA8601-25-Q-0055 for training courses. The main focus is on the ICD-705 training requirements, which emphasize a maximum of 40 hours of instruction over a 3- to 5-day period, accommodating 25 students per course. Each course will be distinct, and completion of one course is not a prerequisite for attending another. The training is designed for security personnel, including those with fundamental knowledge in physical security. There will be updates to the Performance Work Statement (PWS) and solicitation to clarify course lengths. Pricing should reflect the specified course structure, allowing for adjustments based on inflation or justified changes. This document ensures proper alignment of expectations between the government and potential contractors for these instructional courses.
Mar 26, 2025, 2:04 PM UTC
The document outlines a solicitation for a contract for commercial products and services specifically targeting women-owned small businesses (WOSB). The requisition is identified as FA860125Q0055, issued by the Air Force Material Command Headquarters (HQ AFMC) for two types of training: Intelligence Community Directive (ICD) 705 and Site Security Manager (SSM) training. The solicitation includes details such as delivery dates, schedule, quantities, pricing, and locations, with a total award amount of USD 15,000,000. The primary objective is to provide essential training services to enhance security protocols in accordance with established directives at specified locations, such as Wright-Patterson AFB and the Wright Brothers Institute in Dayton, Ohio. The contract includes specific inspection and acceptance criteria, insurance provisions, and various clauses to ensure compliance with federal regulations and support small business participation. The document covers terms for invoicing and payment, emphasizes adherence to federal acquisition regulations, and includes contact details for further inquiries, highlighting the importance of proper communication during the bidding process.
Mar 26, 2025, 2:04 PM UTC
The Office of the Under Secretary of Defense issued a memorandum to various military commands and procurement offices regarding the implementation of Section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for Fiscal Year 2019. This provision prohibits federal contracting with entities using certain telecommunications and video surveillance equipment or services, particularly those from specified Chinese companies. Effective August 13, 2020, contracting officers are required to ensure compliance by obtaining representations and disclosures from offerors about their use of covered equipment. Contracts need to include clauses that stipulate reporting requirements if such equipment is discovered during performance. The memorandum details the responsibilities of contracting officers in handling contracts and outlines procedures for waivers and exceptions. It emphasizes a multi-step compliance mechanism for contractors and the government to manage the risks associated with covered technology while maintaining operational integrity and national security. The document underscores the importance of vigilance in procurement to prevent the potential compromise posed by specific foreign telecommunications products and services.
Apr 9, 2025, 7:08 PM UTC
The document outlines mandatory representations and certifications that offerors must complete when responding to federal solicitations for commercial products and services. Key provisions include the requirement for offerors to verify annual representations and certifications in the System for Award Management (SAM) and provide specific details regarding their business size and ownership status, such as small business concerns, veteran-owned status, and women-owned status. Furthermore, it includes provisions relating to tax liability and felony convictions, stating that corporations with unpaid federal tax liabilities or felony convictions cannot be awarded contracts unless the awarding agency waives these issues after careful consideration. The document also addresses compliance with equal opportunity laws and the requirement for affirmative action programs as part of the offeror's obligations. Overall, the document serves to standardize the representation process in federal contracting, ensuring transparency and adherence to regulations that support equitable access for various business categories. The emphasis on compliance with tax and legal standards reflects the government's commitment to fostering integrity in its procurement processes.
The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically for Intelligence Community Directive (ICD) 705 and Site Security Manager (SSM) training for the Air Force Material Command Headquarters (HQ AFMC). The solicitation includes essential details such as the requisition and contract numbers, important dates for submission, and contact information for the contracting officer. The training services requested involve a firm-fixed price arrangement for a total of 15,000,000 USD, aimed at enhancing physical security protocols. Training is set to occur at the Wright Brother's Institute in Dayton, Ohio, with a structured delivery schedule spanning multiple years, featuring options for extension based on performance. Notably, the document references compliance with various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulations (DFARS), ensuring adherence to governmental standards throughout the contract period. The document serves as a comprehensive guide for potential contractors seeking to navigate the bidding process and fulfill federal requirements while promoting the involvement of women-owned businesses in government contracts.
This document serves as Amendment 0001 to a federal solicitation, extending the deadline for offer submissions by 15 days, now due on April 29, 2025. It updates the Performance Work Statement (PWS) to outline the course length for the ICD 705 and attaches a wage determination to the solicitation. The amendment includes the first round of Questions and Answers related to the solicitation, clarifying expectations and terms. Attachments added include the revised Performance Work Statement, wage determinations, and the Q&A document, while the previous version of the Performance Work Statement is removed. The amendment ensures that all terms and conditions of the original solicitation remain unchanged, highlighting the importance of compliance with acknowledgment procedures for offers submitted. This document exemplifies the procedural updates typical in federal Request for Proposals (RFPs), integral for maintaining clarity and transparency in government contracting processes.
Apr 9, 2025, 7:08 PM UTC
The memorandum from the Office of the Under Secretary of Defense outlines the implementation of the prohibition on contracting with entities that use certain telecommunications and video surveillance services or equipment, pursuant to Section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for Fiscal Year 2019. Effective August 13, 2020, this rule requires federal contracting officers to verify the use of covered telecommunications equipment by offerors prior to contract awards, extensions, or renewals. The rule identifies specific Chinese companies and their subsidiaries whose products are excluded. Additionally, contracts must include provisions for reporting any discovery of prohibited equipment during contract execution. Contracting officers are tasked with obtaining representations from offerors regarding their compliance with the prohibition, assessing any potential exceptions, and potentially pursuing waivers when necessary. The memorandum emphasizes the need for risk management in supply chains and outlines a structured approach for implementing these requirements, including collaboration with the Director of National Intelligence. Ultimately, the directive aims to enhance national security by minimizing reliance on foreign entities that may pose risks associated with critical technology in defense-related contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
TSCM Cyber Applications Couse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified vendor to provide a Counter-Intelligence Technical Surveillance Countermeasures (TSCM) Course tailored for U.S. Special Operations Forces (SOF). The course aims to enhance the capabilities of SOF personnel by covering critical topics such as detecting rogue Bluetooth and WiFi clients, utilizing WiFi Pineapple for device location, and employing software-defined radios, addressing a significant training gap in cyber and networking tools. Interested parties must demonstrate their unique qualifications and capabilities in delivering this specialized training, with a deadline for submissions set for May 1, 2025, at 10:00 AM EST. For inquiries, potential vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018.
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
Integrated Base Defense Security Systems
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Integrated Base Defense Security Systems at Hurlburt Field, Florida. The contract aims to procure electronic and physical security products and services, including engineering, design, installation, and lifecycle support, to enhance security measures against evolving threats to U.S. critical infrastructure and personnel. This initiative is crucial for bolstering national defense capabilities and ensuring compliance with cybersecurity policies, with potential use by other authorized activities pending approval. Interested parties must submit their capabilities statements by April 25, 2025, and can contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil for further information.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within supply chains. The software must provide comprehensive data on organizations, including company backgrounds, financial health reports, and risk assessments, to facilitate informed decision-making regarding supply chain risks. This procurement is crucial for ensuring compliance with federal oversight and regulations, with proposals due by 3:00 PM EST on April 28, 2025, and should be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew. The anticipated award date for the contract is May 5, 2025.
Certified Energy Manager Preparatory Course FY25
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities packages from potential sources to provide a Certified Energy Manager Preparatory Course for the Air Force Institute of Technology (AFIT) at Wright-Patterson Air Force Base, Ohio. The contractor will be responsible for delivering an approved preparatory course, administering the Certified Energy Manager (CEM) exam, and providing necessary instructional materials and instructors, with the course scheduled for July 1-15, 2025. This initiative is crucial for enhancing energy management skills among participants, enabling them to optimize energy use in non-residential settings. Interested firms, particularly small businesses, must submit their capabilities packages by April 28, 2025, at 11:00 AM Eastern Daylight Time, to the primary contact, Brian Algeo, at brian.algeo.1@us.af.mil, and Candice Snow at candice.snow@us.af.mil.
ESS Tactical Training (PSNS & IMF)
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking proposals from qualified small businesses to provide Engagement Simulation Systems Tactical Scenario Based Training for military and civilian security personnel. The training aims to enhance tactics and procedures for responding to threats against high-value assets, consisting of a one-day refresher course and a two-day initial course, with a maximum of 20 students per session. This contract, identified as solicitation number N4523A25R6020, is critical for ensuring the preparedness and safety of security forces operating within sensitive environments, with a performance period from May 12, 2025, to June 30, 2025. Interested vendors must submit their proposals by April 25, 2025, and direct any questions to the primary contact, Rolf Jacobson, at rolf.a.jacobson.civ@us.navy.mil, by April 16, 2025.
Alter Controlled Space, Building 90033
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the alteration of controlled space in Building 90033 at Hurlburt Field, Florida. The project aims to convert an existing workshop into a Sensitive Compartmented Information Facility (SCIF), which will involve extensive construction services including HVAC installation, fire suppression systems, power distribution, lighting configurations, and the implementation of an Intrusion Detection System (IDS) and Access Control System (ACS). This contract, set aside for small businesses, has an estimated value between $1,000,000 and $5,000,000, and interested contractors must register in the System for Award Management (SAM) and have a current NIST SP 800-171 Assessment to be eligible for award. Proposals must be submitted in accordance with the specified guidelines, and for further inquiries, interested parties can contact Makail Betsill at makail.betsill@us.af.mil or Jaysen Cortez at jaysen.cortez.1@us.af.mil.
Request for Information (RFI) for Multiple Award Indefinite Delivery / Indefinite Quantity Contract (MAC IDIQ) for Air Force Aircrew Training Portfolio
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking interested contractors to support a multiple-award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) contract for the Air Force aircrew training portfolio. This Request for Information (RFI) aims to identify contractors capable of providing various training services, including initial qualification, mission qualification, and continuation training for Department of Defense aircrew, along with developing instructional courseware and managing aircrew support positions. The selected contractors must meet stringent requirements, including holding a Top Secret security clearance, ISO 9001 certification, and demonstrating substantial prior experience in relevant training and contract management. Interested parties should submit their capabilities statements, not exceeding ten pages, along with any feedback on the requirements, to Anita Rochford at anita.rochford.2@us.af.mil. The deadline for submissions has not been specified in the overview.
Advance Weapons Training
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Advanced Weapons Training Services to support the United States Army Counterintelligence Command (USACIC) at Fort Meade, Maryland. The contractor will be responsible for providing a comprehensive program of instruction that includes advanced marksmanship and tactical training, with sessions required four times a year for groups of five to twenty-five personnel. This initiative is crucial for enhancing the operational capabilities of the Army while promoting small business participation, as the solicitation is set aside for total small business participation under FAR 19.5. Proposals are due by May 1, 2025, with a performance period commencing on June 13, 2025, and extending through several option years until 2030. Interested parties can contact Justin Neville at justin.i.neville.civ@army.mil or call 571-588-0941 for further information.
Modernize BLDG 128
Buyer not available
The Department of Defense, through the Department of the Army, is seeking qualified small business contractors for the modernization of Building 128 at the Springfield-Beckley Air National Guard Base in Ohio. This project involves upgrading the Secure Compartmentalized Information Facility (SCIF) and associated spaces, with an estimated contract value between $1,000,000 and $5,000,000, contingent upon available funding. Interested parties are required to submit a statement of intent to bid as prime contractors by April 17, 2025, along with a completed Source Sought Information Request Form and documentation of relevant past projects. For further inquiries, interested firms can contact Seth Taylor at seth.taylor.8@us.af.mil or Bradley A. Wahl at bradley.a.wahl.civ@army.mil.