SOURCES SOUGHT
R -- Security Management Services
- Notice Date
- 4/15/2009
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Combat Command, 505th CCW, 138 Hartson St, Bldg 90005, Hurlburt Field, Florida, 32544-5231
- ZIP Code
- 32544-5231
- Solicitation Number
- FA4890RFI041509
- Archive Date
- 5/19/2009
- Point of Contact
- Eric J. Lingad,, Phone: 8508845608, Jamie Munley,, Phone: 8508843315
- E-Mail Address
-
eric.lingad@hurlburt.af.mil, earl.munley@us.af.mil
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) FA4890RFI041509: 505th Command and Control Wing (505 CCW) is requesting information and conducting market research to determine if there are potential sources which have the capability to provide security services at the 505 CCW and its subordinate units. FAR 52.215-3: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offer or" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. The 505 CCW contractor will be responsible to provide services to support collateral, Sensitive Compartmented Information (SCI), Special Technical Operations (STO) and Special Access Program (SAP) security requirements associated with the classified security environment. The scope of the effort includes overall Security Management; Personnel Security; Information Security; Physical Security; Information Systems Security/Information Assurance; Communications Security (COMSEC); Security Awareness, Training and Education; Operations Security (OPSEC); Industrial Security; Foreign Disclosure; SAP Systems Administration; and security courseware development and academic instruction. This includes security clearance/access verification, SAP access eligibility determinations, facilities and systems accreditation, documentation controls, production and conduct of security training, log and control of magnetic media, maintaining compliance with security policies and processes, and records management. The contractor shall participate in self-reviews, manage the visit request program and the fraud waste abuse & corruption program, perform and document inspections, track personnel security investigations, facilitate records checks, maintain building alarm and access control programs, manage entry/exit inspection program, conduct alarm tests, provide technical guidance on design of new special access facilities, manage the joint personnel adjudication database, manage COMSEC accounts, develop/implement security plans to mitigate security risks to include OPSEC plans, SOPs, OIs, emergency action plans, participate in the development of automated information system procedures, SAP systems administration/server maintenance, and research/develop courseware materials to conduct academic instruction. This effort is in accordance with the Director National Intelligence, Director Central Intelligence, Chairman Joint Chiefs of Staff, Joint Air Force-Army-Navy, and Air Force guidance for collateral, SCI, STO and SAP support. Interested and capable sources should e-mail or fax their responses to the Contracting Officer, Mr Eric Lingad, eric.lingad@hurlburt.af.mil, FAX: (850) 884-5629, no later than 4 May 2009. Direct technical questions to Mr Jamie Munley, earl.munley@us.af.mil or (850) 884-3316. There is no solicitation package available at this time. Responses to this RFI must at a minimum be able to describe your capabilities, provide a brief synopsis of your ability to meet either all or a portion of the requirements described herein, and answer the questions below. Page limitation is 50 pages at no smaller than font size of 12. For information purposes assume the effort begins o/a 1 Oct 2009 and runs through 30 Sep 2014, a one-year basic contract with four one-year options. • Do employees possess the appropriate security clearance? (i.e., Secret, TS, SCI, etc) • Is the Top Secret security clearance current within 4 ½ years? Are they eligible for SCI and SAP? • Do employees have any security experience? If so, what type and years of experience? In what areas (collateral, SCI, STO, SAP, etc)? • Are employees Tier 1 eligible IAW Joint Air Force, Army, Navy (JAFAN) Manual 6/4 standards? Are employees ICD 704 qualified to be in-briefed into required accesses (SAP, SCI, etc.)? • Have employees been certified as Tier 1 adjudicators? • Have employees been trained in Anti-terrorism/force protection? • Have employees attended the DoD Security Specialist Course? If so, when? • Have employees been trained in Information Security and attended accredited Information Security courses? • Have employees been trained in Industrial Security and have a working knowledge of the NISPOM? • Have employees been trained in Air Force security regulations and ACC security policies? • Have employees been trained in Personnel Security? • Have employees been trained in Communications Security (COMSEC) and served as a COMSEC Responsible Officer (CRO) or alternate CRO? • Are employees trained in Joint Personnel Access System (JPAS)? • Are employees trained on Top Secret Control Accounts? • Have employees attended the Personnel Security Management Course? • Are employees trained in Microsoft applications? • Have employees been trained on the AFADS system? • Have employees attended the SAP Orientation Course, Program Security Officer Course or the SAP Mid-level Management Course? If so, when? • Have employees attended the SCI Management Course? If so, when? • Have employees attended the DoD OPSEC Course? • Have employees attended the DNI Physical Security Seminar? • Have employees attended the Foreign Disclosure Officer Course? • Have employees attended the Security+ Course or similar course for Information Systems Security certification? • Are employees willing to submit a current signed and dated copy of their SF-86/e-QIP paperwork to 505 CCW, prior to employment? • Have employees attended an accredited Academic Instructor Course? • Do you have experience preparing a fixed facility checklist? • Do you have experience in overseeing construction renovations of a SCIF/SAPF area? • Do you have experience with Special Technical Operations? • Do you have experience with procedures for handling COMSEC Controllable equipment? • Do you have experience with Secure Communication capabilities and the process of updating the equipment? • Do you have experience with developing policies, procedures and other forms of guidance necessary to support agency management officials in planning, developing, coordinating, evaluating and administering security programs and operations? • Do you have a GSA contract under Law Enforcement and Security - Schedule 84, 246-52 Professional Security/Facility Management Services or 246 60 2 Security Management and Support Services? • Indicate if you are a small business under the anticipated NAICS of 561621. Contracting Office Address: 505 CCW/PK (AMIC-OL) 138 Hartson Street Hurlburt Field, Florida 32544 Place of Performance: Principal Places of Performance are: 505th Command and Control Wing 138 Hartson Street Hurlburt Field, Florida 32544 505th Operations Squadron 3663 Tyndall Ave Nellis AFB, Nevada 89191 705th Combat Training Squadron 4500 Aberdeen Ave SE Kirtland AFB, New Mexico 87117 Primary Point of Contact: Eric J. Lingad Contracting Officer eric.lingad@hurlburt.af.mil Phone: (850) 884-5608 Fax: (850) 884-5629 Secondary Point of Contact: Jamie Munley Director of Security (For Technical Questions Only) earl.munley@us.af.mil Phone: (850)884-3315 Fax: (850) 884-4850
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ead2f86b81efac334c253d10040db9d&tab=core&_cview=1)
- Place of Performance
- Address: 138 Hartson Street, Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN01793356-W 20090417/090415222511-2ead2f86b81efac334c253d10040db9d (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 |