The RFP Database
New business relationships start here

Construction Site Security Monitoring Services, Korea


Armed Forces Pacific, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation No. W912UM-19-R-0008, Single Award Task Order (SATOC), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Construction Security Monitoring (CSM) Services, Korea

This procurement will be issued in accordance with FAR 4.403 and DFARS PGI 204.403. Offerors must have a valid U.S. Facility Clearance Level (FCL) of Top Secret or higher in order to respond to the RFP. Proposals from Offerors without a valid FCL will not be evaluated. Any classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R), including Intelligence Community Directive 705 (ICD-705).


The solicitation is issued on an UNRESTRICTED basis under North American Industry Classification System (NAICS) code 561612 Security Guards and Patrol Services. The estimated IDIQ capacity is not to exceed $90M. The procurement will result in a firm fixed price contract.


The solicitation requires the Government to verify potential offeror's security clearance. Offerors will be required to respond by providing one-page summary of information with a minimum of the contractor's name, address, telephone number, email address, CAGE code, authorized individual(s) to speak on behalf of the firm and signature of those individuals which will allow the Far East District to verify that they have the required U.S. Security Clearance of Top Secret or higher. If the Offeror is a Joint-Venture, they will be required to submit their Joint-Venture agreement. The Offeror is required to submit a proposal based on a sample task order to be issued in the RFP. Offerors will have a minimum of 30 calendar days to provide a proposal in response to the solicitation requirement.


The solicitation will result in a Single Award Task Order Contract (SATOC), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Construction Security Monitoring (CSM) Services, Korea. This SATOC is to provide Construction Security Monitoring (CSM) services, to include, but not limited to, a full range of construction security program management and development of Construction Security Plans (CSP), administrative, construction surveillance operations, infrastructure, and equipment as well as construction security surveillance services to support Sensitive Compartmented Information Facility (SCIF) construction projects.


It is a turn-key construction security and construction security monitoring program which shall include all aspects of physical, personnel, technical, and procedural security as required for secure projects to fully comply with ICD 705 and ensure successful accreditation of the secure facility. The work shall include the full range of construction security plan development, program management, administrative, construction surveillance operations, including demobilization and closeout. This requirement also includes subject matter expertise on construction surveillance, technical surveillance, Temporary Electronic Security System (TESS) design, installation and operation. The geographic scope of this procurement is to cover U.S. Forces in Korea. Specific requirements and deliverables will be defined in each Task Order. The anticipated contract duration is approximately five years, base of one year and four 12-month option years. The exact duration will be stipulated in the solicitation.


Place of Performance: Various Locations, U.S. Force Korea military installations, Korea


The solicitation incorporates a PWS of a sample Task Order for this SATOC, IDIQ, CSM Services, Korea.


It is anticipated that the procurement will be evaluated on the following factors:


-Factor 1. DoD Top Secret Facility Clearance (acceptable/unacceptable)
-Factor 2. Corporate Experience
-Factor 3. Technical Approach for Sample Task Order
-Factor 4. Past Performance
-Factor 5. Price


Proposals will be evaluated to determine which offer provides the best value to the Government utilizing the trade-off selection procedures. All technical factors when combined are approximately equal to price.


Won S. Chung, Contracting Officer, Phone 8172660270, Email won.s.chung2.mil@mail.mil - Steven J Griffiths, Contracting Officer, Phone 05033556106, Email steven.griffiths@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP