Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOURCES SOUGHT

R -- Technical Security and Administrative Support to the 50th Space Wing Special Security Office (SSO)

Notice Date
4/27/2007
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
80912-2116
 
Solicitation Number
20070511
 
Response Due
5/11/2007
 
Point of Contact
Ann Young, Contract Specialist, Phone 719-567-3450, Fax 719-567-3438, - Ralph Tisdale, Contract Specialist, Phone 719-567-3852, Fax 719-567-3438,
 
E-Mail Address
ann.young@schriever.af.mil, ralph.tisdale@schriever.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS SYNOPSIS IS AN ADVANCE NOTICE FOR INFORMATION, MARKET RESEARCH AND PLANNING PURPOSES ONLY. IT IS NOT A SOLICITATION. NO SOLICITATION IS AVAILABLE AT THIS TIME. The 50th Contracting Squadron at Schriever Air Force Base, Colorado is conducting a market survey to determine the existence of service disabled veteran owned companies able to perform the necessary technical security and administrative support functions for Schriever AFB?s Special Security Office (SSO). The contractor shall provide the necessary non-personal services labor and resources to perform Sensitive Compartmented Information (SCI) security oversight functions on behalf of the 50th Space Wing (50 SW) at Schriever Air Force Base (SAFB), Colorado. The prospective contractor must possess and maintain a facility security clearance at the classification level of Top-Secret and employees should possess a security clearance at the classification level of top-secret. Top Secret clearance shall be based on single-scope background investigation (SSBI) current within 5 years, and eligible for access to sensitive compartmented information (SCI). Potential interested sources are required to respond to this notice no later than 26 April 2007. Firms interested should respond in writing to include the following: (1) Company name, CAGE Code, Business size and classification (e.g. Small Disadvantaged Business, 8(a) Small Business, etc.), and a point of contact (2) Relative information about past DOD and Commercial contracts of this requirements nature (3) A company capabilities statement. This synopsis is to be used as a market research tool to determine the availability and adequacy of potential sources before issuing a Request for Proposal (RFP). Any information submitted by respondents to this synopsis is strictly voluntary. The Government shall not be liable for, or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All documentation shall become the property of the Government. The Government will not pay for any information that is submitted by respondents to this sources sought request. This synopsis should not be construed as commitment by the Government for any purpose other than market research. Contractors who believe they possess the expertise and experience should contact Mrs. Ann Young at (719) 567-3450 or ann.young@schriever.af.mil or Mr. Ralph Tisdale at (719)567-3852 or ralph.tisdale@schriever.af.mil. 1.0 DESCRIPTION OF SERVICES. The contractor shall provide the necessary non-personal services labor and resources to perform Sensitive Compartmented Information (SCI) security oversight functions on behalf of the 50th Space Wing (50 SW) at Schriever Air Force Base (SAFB), Colorado. This support includes management of the SCI Physical Security Program, SCI Personnel Security Program, SCI Information Assurance Program, 50th Operations Support Squadron (50 OSS) Special Security Office (SSO) Computer Security Program, and the Classified Materials Program. Security requirements include, but are not limited to, systems accreditation functions, preparation of plans and operating procedures, database maintenance, administrative file maintenance, incoming/outgoing certifications, training, security reviews, and the review, preparation and tracking of classified materials for shipment. Effective performance of SCI functions requires contractor technical expertise in the following SCI areas to include physical, personnel and computer security. Contractor personnel performing functions in support of this statement of work must possess a valid Top Secret security clearance and a current Single Scope Background Investigation (SSBI), and must be eligible for access to Sensitive Compartmented Information (SCI). Based on the sensitive nature of support functions required, contractor personnel must possess the ability to effectively coordinate and interface with representatives from the 50th Space Wing Special Security Office (SSO), in addition to other Air Force, Department of Defense (DoD) and other Federal and National Agencies, in addition to civil and commercial entities. 1.1 SCI SECURITY OVERSIGHT FUNCTIONS. The contractor shall provide a broad range of technical, administrative and other security-related requirements to support SCI Security Oversight taskings and initiatives at Schriever Air Force Base, to include SCI Physical Security, Personnel Security and Computer Security functions, in addition to the review, preparation and transfer of classified materials. The contractor shall assist the SSO as required in drafting, coordinating, revising, tracking, and preparing comments on multiple related documents written to support SSO functions, to include preparation of local security policies. The contractor shall prepare papers in Air Force and 50 SW approved formats, including products such as accreditation packages, technical guidance and operating procedures. The contractor shall conduct various training to support security oversight functions to include quarterly Security Education and Awareness Training as required. To accomplish these tasks, the contractor shall participate in technical and programmatic meetings to include possible attendance at locations other than Schriever Air Force Base. The contractor shall demonstrate strong SCI security oversight skills and abilities and exceptional oral and written communication skills. 1.1.1 SCI Physical Security Program. The contractor shall effectively manage the SCI Physical Security Program to include management of the SSO Sensitive Compartmented Information Facility (SCIF) and subordinate SCIFs that fall under the security cognizance of the SSO. Additionally, the contractor shall perform the following specific duties. 1.1.1.1 Ensure all accreditation packages contain required supporting documentation, are submitted in a timely manner, and properly reviewed and maintained. 1.1.1.2 Provide SCI physical security technical guidance to the SSO and other requesting organizations. 1.1.1.3 Review, prepare, coordinate and disseminate Emergency Access Plans and Standard Operating procedures. 1.1.1.4 Provide Emanations Security (EMSEC) guidance and training to supported organizations 1.1.1.5 Assist the SSO in conducting SCIF security reviews. 1.1.1.6 Process combination changes on workcenter ?Cipher? locks, X-07, X-08 and X-09 locks, in addition to other in-use dial combination locks. 1.1.2 SCI Personnel Security Program. The contractor shall manage the SCI Personnel Security Program and associated software databases, certifications, personnel security files and other administrative program files in accordance with applicable regulations, instructions, policies and/or established guidelines. Specific tasks include, but are not limited to the following. 1.1.2.1 Timely data updates and effective maintenance of the SCI Billet Structure (SCIBS) database for all supported organizations. 1.1.2.2 Timely data updates and effective maintenance of the Joint Personnel Access System (JPAS) database for all supported organizations. 1.1.2.3 Updates and maintenance of all electronic and hard-copy personnel security files for assigned personnel in accordance Air Force Records Management Directives and Privacy Act requirements. 1.1.2.4 Tracking and monitoring of SCI eligibility status for all supported personnel requiring access to SCI. 1.1.2.5 Processing, tracking and monitoring SCI eligibility requests for all supported organizations. 1.1.2.6 Processing incoming and outgoing SCI visit certifications. 1.1.2.7 Provide required training to all appointed SCI billet monitors. 1.1.2.8 Prepare annual billet reports as requested by the MAJCOM SSO. 1.1.2.9 Prepare, monitor and disseminate SCI billet correspondence and related documentation. 1.1.3 Computer Security Program. The contractor shall manage the SCI Computer Security Program in accordance with applicable regulations, instructions, policies and/or established guidelines. Specific tasks include, but are not limited to the following. 1.1.3.1 Ensure Automated Information Systems (AIS) accreditation packages are accurate and complete, and submitted in a timely manner to the appropriate review authority in accordance with established policies and directives. 1.1.3.2 Provide assistance to the Information System Security Manager (ISSM) and SSO in conducting AIS security reviews. 1.1.3.3 Provide support for ISSM-related requirements and taskings. 1.1.3.4 Provide technical AIS security guidance as required. 1.1.3.5 Ensure all SSO AIS systems are properly accredited and maintained in accordance with established policy and directives. 1.1.4 Classified Materials Program. The contractor shall conduct comprehensive reviews of classified documents to ensure materials are marked to properly reflect appropriate security classification markings and provide guidance regarding overall classification issues. The contractor shall be responsible for preparing classified materials for shipment, in addition to the preparation of appropriate security forms for the transfer of classified materials (i.e., Air Force Forms 12 and 310, Intelligence Community Forms 1565 and 2600, etc.). 1.2 SECURITY REQUIREMENTS FOR CLASSIFIED CONTRACTS 1.2.1 Visitor Group Security Agreement (VGSA). The contractor shall enter into a long term visitor group security agreement if contract performance is on base for 90 days or more. This agreement shall outline how the contractor integrates security requirements for contract operations with the Air Force to ensure effective and economical operation on the installation. The agreement should address: 1.2.1.1 Security support provided by the Air Force to the contractor to include storage containers for classified information/material, use of base destruction facilities, classified reproduction facilities, use of base classified mail services, security badging, base visitor control, investigation of security incidents, base traffic regulations, the use of security forms, and conducting inspections required by AFI 31-401, Information Security Program Management and Air Force Instruction 31-601, Industrial Security Program Management. 1.2.1.2 Security support requiring joint Air Force and contractor coordination includes packaging classified information, mailing and receiving classified materials, implementing emergency procedures for protection of classified information, security checks, and internal security controls for protection of classified material and high value pilferable property. 1.2.2. Clearance Requirements. The contractor must possess or obtain a facility security clearance at the classification level of Top Secret prior to performing contract work. If the contractor does not possess a facility clearance, the government will request one. The government assumes costs and conducts security investigations for Top Secret, Secret, and Confidential facility security clearances. The contractor is responsible for obtaining security clearances (submit clearance paperwork to the required investigation agency) for personnel requiring access to classified information. Due to costs involved with security investigations, requests for contractor security clearances shall be kept to an absolute minimum necessary to perform contract requirements. The contractor shall notify 50 SFS/SFAD, 567-5686, 30 days before on base performance of the contract. 1.2.3. Pass And Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles. 1.2.4. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. 1.2.5. Traffic Laws. The contractor and its employees shall comply with base traffic regulations. 1.2.6. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on Schriever AFB. 1.2.7. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. 1.2.8. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 1.2.9. Controlled/Restricted Areas. The contractor shall implement local base procedures for entry to Air Force controlled/restricted areas where contractor personnel will work. An AF Form 2586, Unescorted Entry Authorization Certificate, must be completed and signed by the sponsoring agencies Security Manager before a Restricted Area Badge will be issued. Contractor employees must have a favorably completed National Agency Check (NAC) investigation before receiving a Restricted Area Badge. Interim access can be granted IAW AFI 31-501, Personnel Security Program Management 1.2.10. Base Closure. Approximately twelve times per year, for four hours in duration, small portions of the installations will be closed to non-essential personnel due to disaster, emergency, and contingency responses or exercises. 1.3 QUALITY PROGRAM 1.3.1 Quality Control : The contractor shall develop and maintain a quality program to ensure the services are accomplished in accordance with the contract. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective service. The Quality Control Plan shall fully address the service requirements identified in paragraph 2, Services Summary as a minimum. The government Quality Assurance Personnel (QAP) must have a contractor identified Quality Control representative to notify in the event of customer complaints. The contractor shall deliver the Quality Control Plan to the Contracting Officer for acceptance within 30 days of contract award. 1.3.2 Quality Assurance: According to Federal Acquisition Regulation (FAR) 52.246-5, Inspection of Services clause, the Government will evaluate the Contractor?s performance under this contract. Government personnel will record all surveillance observations. When an observation indicates defective performance, the QAE will require the Contract Manager or representative at the site to initial the observation. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgment that he or she has been made aware of the defective performance. Government surveillance of tasks authorized by the FAR Inspection of Services clause may occur during the performance period of this contract. Such surveillance will be done according to standard inspection procedures or other contract provisions. Any action taken by the Contracting Officer as a result of surveillance will be according to the terms of this contract. Include all FAR clauses that are required. 1.4 SAFETY The contractor shall comply with the 50th SW Safety Program and Directives as listed in this PWS (see Appendix B). The contractor shall ensure the safety of all contract personnel and tasks performed by complying with all applicable safety Federal, State and Local Directives. Contractor shall ensure that the Safety Office is notified of any mishaps within one (1) hour. Phone numbers for reporting mishaps to the 50 SW Safety Office are: 567-SAFE & 567-5617. The contractor shall allow the 50 SW Safety Office to monitor all operations to ensure the safety of government property. 1.5 TRAVEL Contractor personnel may be required to travel to support this statement of work. All proposed travel to be performed by the contractor will be pre-approved, by submission of an estimated cost to the Government Quality Assurance Evaluator, prior to any travel. Once approved, the contractor shall make arrangements and pay for all necessary commercial travel expenses. After completion of travel, the contractor shall submit expense vouchers to the QAE and the contracting officer. The QAE will verify all travel costs to ensure all are allocable and reasonable prior to approving for payment. Government shall reimburse the contractor for the expenses not to exceed the limits set forth in the Department of Defense Joint Travel Regulations, Volume 2 and the Federal Acquisition Regulation. The Government will not reimburse local travel and related expenses to the contractor for daily travel to or from worksite at Schriever Air Force Base. 1.6 PLACE OF PERFORMANCE AND HOURS OF OPERATION. The 50th Space Wing Special Security Office is located at Bldg 300, Rm 270, Schriever Air Force Base, CO. Normal operating hours are 0730-1630, Monday through Friday, excluding Federal Holidays. 1.7 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER In accordance with DODI 3020.37, Continuation of Essential DOD Contractor Services During Crises, mission essential contractors are required to provide a contingency plan and designate mission essential personnel. The contractor is required to maintain updates to this plan as necessary and ensure that coverage is provided during real-world and exercise scenarios. 3.0 GOVERNMENT FURNISHED EQUIPMENT AND SERVICES: 3.1 Government Furnished Equipment The Government will make available at the SAFB the following equipment: 3 Each Dell GXIII (CPU, 800mhz, 133 GX mini tower) 3 Each 17? Dell Monitors 3 Each Communications STE Secure Phones 3.2 Government Furnished Services The Government will provide office space, furniture, telephone service, office supplies, and materials for Contractor personnel required to work on-site at SAFB facilities. GLOSSARY OF TERMS EMSEC: The protection resulting from all measures designed to deny unauthorized persons information of value that might be derived from intercept and analysis of compromising emanations from other than crypto-equipment and telecommunications systems. ISSM: Information System Security Manager. ?The individual assigned responsibilities for managing the security posture of a DODIIS Site.? JPAS: Joint Personnel Adjudication System ? DoD?s automated system that will maintain all collateral and SCI security clearance (eligibility and access) and adjudication information for DoD contractor and government personnel. JTR: Joint Travel Regulation SCI: Sensitive Compartmented Information ? Classified information concerning or derived from intelligence sources, methods, or analytical processes, which is required to be handled within formal access control system?s security policies. There are only three classification levels of national security information ? Confidential, Secret and Top Secret. The levels define information, the disclosure of which could reasonably be expected to cause ?damage,? ?serious damage? or ?exceptionally grave damage? to the national security. No other terms may be used to identify classified national security information. Certain information, however, is deemed so sensitive that greater investigative standards and controls are placed on the ?access? to such information. Among such information is that dealing with intelligence sources, methods or activities, known as Sensitive Compartmented Information (SCI). Access to SCI is governed by standards established by the Director of Central Intelligence (DCI). SCIBS: Sensitive Compartmented Information Billet System ? A database designed to manage SCI billets to include incumbent personnel data. SCIF: Sensitive Compartmented Information Facility ? A SCIF is an accredited area, room, group of rooms, buildings, or installation where SCI may be stored, used, discussed, and/or electronically processed. SIO: Senior Intelligence Officer ? The highest ranking military or civilian individual charged with direct foreign intelligence missions, functions, or responsibilities within a department, agency, component, or element of an Intelligence Community organization. SSBI: Single Scope Background Investigation ? An investigation completed according to DoD 5200.2-R, meeting the investigative scope requirements for SCI access. A personnel security investigation consisting of the following investigative requirements, NAC; spouse NAC; subject interview; birth/citizenship checks; education, employment, local agency, public record and credit record checks; neighborhood, employment, listed and developed character reference interviews, accomplished within a ten-year scope. Final SCI adjudication will be held in abeyance pending completion of the investigation. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/50CS/20070511/listing.html)
 
Place of Performance
Address: 300 O'Malley Ave Ste 26, Schriver AFB CO
Zip Code: 80912
Country: UNITED STATES
 
Record
SN01331097-F 20070630/070628234648 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.