The RFP Database
New business relationships start here

Security Support RFI


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

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 be responsible for acquiring, managing and retaining personnel with the capability, experience and expertise to perform security administration.
• Provide technical security expertise, special program expertise and services in support of the U.S. Army Aberdeen Test Center (ATC), U.S. Army Evaluation Center (AEC), U.S. Army Test and Evaluation Command (ATEC) Headquarters (HQ), and U.S. Army Material Systems Analysis Activity (AMSAA), located at the Aberdeen Area of Aberdeen Proving Ground (APG), Maryland and occasionally at the Edgewood Area.
• The work to be performed will involve both classified and unclassified security actions.
• Work shall be accomplished In Accordance With (IAW) applicable U.S. Codes and laws, Army regulations, Special Access Program (SAP) Security Manuals Volumes 1-4, Intelligence Community Directives (ICD) 704 and 705, and ATC/AEC/ATEC/AMSAA regulations and policies.
• The contractor shall possess a TOP SECRET Facility Clearance as prescribed by DD Form 254, Contract Security Classification Specification and all contractor employees shall possess at a minimum a SECRET clearance and some contractor employees will be required to obtain a TOP SECRET clearance.

The contractor will support the ATC Visitor Control Center through the following:
• The contractor will process, screen and badge all visitors entering the ATC Restricted Area (RA).
• The contractor will support visitor access. The contractor will receive visit requests by facsimile or through the Joint Personnel Adjudication System (JPAS) and update visitor access database. Knowledge and the ability to access the Joint Personnel Adjudication System (JPAS) will be required. The contractor will use the visitor access database to create a visitor badge.
• The contractor will fabricate (photograph subject, enter badge data, print and encode badges) RA badges supporting government and contractor employee access to the RA.
• The contractor will verify security clearance and access eligibility for both physical access to the RA and for information access to the ATC Local Area Network.
• The contractor will receive and control Visit Access Rosters from ATC Security and use these rosters to verify access for special event or special purpose access as directed by ATC Security.
• The contractor will control traffic flow in and out of the main RA access control point to support safe and orderly operation of the gate and the gate threshold area.
• The contractor will be prepared to support elevation of Force Protection Control Measures at the direction of ATC Security.
• The contractor will assist and expedite the entry and exit of APG emergency personnel (Police and Fire) when positioned at the access control point.


The contractor will support Special Access Programs (SAP), Sensitive Compartmented Information (SCI) Programs, and collateral programs through the following:
• The contractor will work independently, but with guidance from Security Specialists, Program Security Officer, and Special Security Officer.
• The contractor will assist in the daily operations of the Special Access Program Facility (SAPF) or the Sensitive Compartmented Information Facility (SCIF) that the contractor is working in IAW with SAP Manuals Volumes 1-4, ICD 704, and ICD 705 as well as local standard operating procedures and policies.
• The contractor will assist Security Specialists develop, coordinate, and implement projects in support of Security programs for compliance in information assurance, physical security and information security for SAP, SCI, and collateral programs. Such work requires professional knowledge of security programs, principles, techniques, and issues.
• The contractor will assist with preparation of written plans and standard operating procedures
• The contractor will assist with preparing required training, coordinating development of presentations, and tracking training completion.
• The contractor will assist with program indoctrination, submits program access requests to the Program Security Officer or Special Security Officer and completes indoctrination after receiving program approval.
• The contractor will be required to assist with access control at classified meetings, large equipment demonstrations, or on test ranges.


The contractor will support the ATEC/ATC Force Protection (FP) program through the following:
• The contractor will work independently, but with guidance from Security Specialists.
• The contractor will support training, use and oversee test center development of an antiterrorism assessments to include criticality and vulnerability assessments.
• The contractor will support ATEC force protection awareness efforts in developing FP training and awareness materials while assisting test centers in development test center specific material that promote and support continuous FP education and refresher.
• The contractor will assist Security Specialist in development and refinement of FP standard operating procedures and polices while helping to ensure that test centers comply with existing force protection standards and ATEC polices.
• The contractor will liaison with test centers and support the development of force protection budgetary and funding requirements to maintain current readiness and build improvement through building better resources request submission and finding funds to support program implementation.
• The contractor will oversee annual training and exercise development; focusing planning, and support test center execution. In support of training and exercise the contractor will develop force protection lessons plan, charts, posters, banners, guides and aids to assist test centers with site planning training and exercise execution.
• The contractor will be prepared to be a staff assistance team member supporting execution of ATEC/ATC's Command Inspection program.


The contractor will support ATEC/AEC through the following:
• The contractor will greet and screen all visitors entering the controlled area.
• The contractor will monitor senior leader calendars for visits and appointments for each duty day and will be prepared to receive, escort, and assist visitor access to senior leaders.
• The contractor will answer all controlled area phone lines, screen calls and direct calls to senior leaders or to members of their coordinating staff.
• The contractor will accept, control, disseminate, and secure hard copy documents of command group personnel.
• The contractor will conduct end-of-day security checks for the controlled area using Standard Form 701 and conduct end-of-day secure container checks using Standard Form 702.
• The contractor will monitor office email accounts and forward incoming messages to appropriate Secretary of the General Staff/Operations personnel.


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, including the ability to meet the security clearance requirements stated above.
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 09 January 2018 to the Primary Point of Contact listed below. Responses received after 09 January 2018 may not be considered in the Government's market research.


Richard Beeghley Jr., Email Richard.p.beeghley2.civ@mail.mil - Donald B. Lawson, Email Donald.b.lawson2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP