SOURCES SOUGHT
R -- Security Support Services for the U.S. Army Aberdeen Test Center (ATC)
- Notice Date
- 7/17/2014
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- ATCSECURITYSUPPORT
- Response Due
- 8/14/2014
- Archive Date
- 9/15/2014
- Point of Contact
- Erin K. Weber, 410-306-2790
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(erin.k.weber.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Request For Information (RFI) for Security Support Services The U.S. Army Aberdeen Test Center (ATC) is searching for potential 8(a) small business sources that are capable of performing Security Support services. The intent of this RFI is to gauge industry interest, capabilities and relevant experience to support the ATC Security Office's security administrative and technical security expertise requirements. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). Interested sources must submit a package demonstrating their relevant experience and ability to provide said services in this RFI. In addition to functional experience with project management and oversight, sources must have experience performing the following services: The contractor shall support security functions including, but not limited to, acquiring information, tracking the status of actions, initiating scheduled requirements (such as completion of investigative forms, replacement of courier cards scheduled to expire, etc.), and maintaining databases for security actions or documents such as camera permits, courier cards, lock and key inventories, personnel security investigations, foreign visits, Test Program Operations Security worksheets, and similar databases. Knowledge of Microsoft EXCEL, Access, and similar data programs will be required. Knowledge and ability to monitor Sharepoint systems such as ASPECT and Task Tracker, etc. will be required. Contractor shall be required to support direct access control from Restricted Area access control gates at Aberdeen and Edgewood areas. In addition, the contractor will be required to use guidance or information provided by ATC Security Specialists to present various security training programs. These include, but are not limited to, Annual Security Awareness training, training for safe custodians, new employee orientations and development of on-line training modules for various security functions that can be completed by employees as independent study programs. Additional duties could include tracking badge applications, verifying security clearance information, processing access requests for the VISION Digital Library (VDLS), and processing badge/card access authorizations into the card access database. Occasionally, the contractor will be required to assist with access control at classified meetings or large equipment demonstrations. Knowledge and the ability to access the Joint Personnel Adjudication System (JPAS) will be required. The contractor shall possess a Secret Facility Clearance as prescribed by DD Form 254, Contract Security Classification Specification and all contractor employees shall possess or be capable of acquiring a SECRET clearance. The NAICS Code for this requirement is 561110. Respondents to this RFI shall include the following in their submission: 1.Company CAGE Code and 8(a) status 2.Capability Statement 3.Whether the company has an approved cost accounting system This announcement does not constitute an Invitation for Bids, a Request for Quote, or a Request for Proposal and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any source to develop any technologies described herein. Contractors must be properly registered in the Government's System for Award Management (SAM) (formerly known as the Central Contractor Registration CCR). SAM registration can be found at https://www.sam.gov. All interested sources should provide the requested information regarding this RFI no later than 14 August 2014 to the Primary Point of Contact listed below. Responses received after 14 August 2014 may not be considered in the Government's market research. Place of Performance: Aberdeen Test Center Aberdeen Proving Ground, MD 21005 Primary Point of Contact: Ms. Michele Thomas michele.l.thomas30.civ@mail.mil Phone: 410-278-3311
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d82739824c4909824b9477f1bbea7514)
- Place of Performance
- Address: U.S. Army Aberdeen Test Center 400 Colleran Road Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03428950-W 20140719/140717235618-d82739824c4909824b9477f1bbea7514 (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 |