Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2012 FBO #4002
SOURCES SOUGHT

R -- Security Support Services

Notice Date
11/6/2012
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RIIA-13-00001
 
Archive Date
11/29/2012
 
Point of Contact
Sharon D Johnson, Phone: 2024475804, Chiara H Best, Phone: 202-447-5702
 
E-Mail Address
sharon.d.johnson@hq.dhs.gov, chiara.best@dhs.gov
(sharon.d.johnson@hq.dhs.gov, chiara.best@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for the DHS Office of Intelligence and Analysis Security Support Requirement. This Sources Sought notice is issued for informational and planning purposes only. This is not a Request for Quote (RFQ) and it does not commit the Government to solicit or award an order now or in the future. No solicitation is available at this time. The purpose of this notice is to conduct market research to GSA sources that can provide the services stated. All GSA vendors, large and small, capable of performing the requirement indicated below are encouraged to respond to this notice. The information requested by this notice will be used within the Department of Homeland Security (DHS) to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. The DHS Office of Intelligence and Analysis (I&A) is seeking contractor security support in the following areas: Physical Security Support •The contractor shall ensure adherence to the provisions of storage, custody and control of classified, unclassified, and sensitive information. •The contractor shall ensure adherence to the provisions of the information security management system for DHS/I&A Security and State, local, and tribal facilities. •The contractor shall assist in conducting the annual-self inspection program for I&A Security, and preparing self-inspection reports. •The contractor shall become familiar with agency-wide policy standards and address the control and safeguard of life, property, assets and classified information within DHS/I&A operational facilities, and State, local, and tribal facilities. •The contractor shall review material for proper classification and protective markings. •The contractor shall maintain a working knowledge of locks, combinations, and storage containers, and be able to change combinations on safes and other storage containers. •The contractor shall conduct physical security assessments of State, local, and tribal facilities to determine whether designated areas meet acceptable standards for the safeguarding of life, property, assets, and classified information. •The contractor shall assess the results of physical security surveys, inspections, and detailed evaluations providing this information to DHS Intelligence & Analysis. •The contractor shall coordinate security services provided to the State, local, and tribal partners. •The contractor shall have knowledge of and ensure security priorities in support of the State and local Program Office and the Homeland Security Data Network (HSDN) Deployment contractor. Administrative Security Support •The contractor shall ensure adherence to the provisions of storage, custody and control of classified, unclassified, and sensitive information. •The contractor shall provide support in documenting, investigating, and preparing a written report pertaining to security incidents, infractions, and violations. •The contractor shall ensure adherence to the provisions of the information security management system for DHS/I&A Security and State, local, and tribal facilities. •The contractor shall process paperwork and ensure accountability of DHS/I&A Intelligence Community (IC) badges. •The contractor shall have knowledge of and ensure procedures for the transmission of classified material and document control records. •The contractor shall assist in conducting the annual-self inspection program for I&A Security, and preparing self-inspection reports. •The contractor shall maintain the Access database with information including, but not limited to names, position, billets, level of access, social security number, and security clearance information. •The contractor shall become familiar with DHS/I&A procedures for the generation, processing, handling, and disposition of classified, unclassified, and sensitive information. •The contractor shall review material for proper classification and protective markings. •The contractor shall review operational procedures for the handling and disposition for classified and sensitive information. •The contractor shall recommend strategies for resolving identified deficiencies and implementation of recommendations. •The contractor shall coordinate security services provided to the State, local, and tribal partners. •The contractor shall have knowledge of and ensure security priorities in support of the State and local Program Office and the Homeland Security Data Network (HSDN) Deployment contractor. •The contractor shall assist in the coordination of secure capabilities (Homeland Security Data Network (HSDN), Secure Video Teleconference System (SVTC), Communications Security (COMSEC) through the State & Local Program Office. •The contractor shall prepare general correspondence, travel documents, and other miscellaneous administrative tasks as requested by the Security Director or assigned Branch Chief. Information Security Support •The contractor shall ensure adherence to the provisions of storage, custody and control of classified, unclassified, and sensitive information. •The contractor shall ensure adherence to the provisions of storage, custody and control of classified, unclassified, and sensitive information. •The contractor shall provide support in documenting, investigating, and preparing a written report pertaining to security incidents, infractions, and violations. •The contractor shall provide support in remedial training for security incidents. •The contractor shall ensure adherence to the provisions of the information security management system for DHS/I&A Security and State, local, and tribal facilities. •The contractor shall have knowledge of and ensure procedures for the transmission of classified material and document control records. •The contractor shall perform oversight reviews to monitor program implementation and practices requiring coordination with scientific, technical, and other subject-matter specialists to assess risk of loss, value of loss, and the classification level appropriate to information sensitivity. •The contractor shall assist in conducting the annual-self inspection program for I&A Security, and preparing self-inspection reports. •The contractor shall maintain information security reference materials. •The contractor shall assist in writing DHS/I&A Security policies and procedures for handling classified, unclassified, and sensitive information. •The contractor shall assist in conducting responses to classified information challenges and/or material classifications. •The contractor shall become familiar with DHS/I&A procedures for the generation, processing, handling, and disposition of classified, unclassified, and sensitive information. •The contractor shall review material for proper classification and protective markings. •The contractor shall review operational procedures for the handling and disposition for classified and sensitive information. •The contractor shall review DHS/I&A Security procedures for documents to ensure compliance. •The contractor shall recommend strategies for resolving identified deficiencies and implementation of recommendations. Visitor Control •The contractor shall process visitor requests. •The contractor shall escort all I&A senior leadership visitors not briefed at the required level for entry. •The contractor shall process paperwork and ensure accountability of DHS/I&A Intelligence Community (IC) badges. •The contractor shall process security clearance requests that have been vetted through the State & Local Program Office. Should a future requirement evolve from this preliminary planning process, 1) the prospective contractor must possess a TOP SECRET facility clearance; 2) the prospective contractor's personnel must possess a TOP SECRET clearance with eligibility for access to Sensitive Compartmented Information; 3) the place of performance will be at a government facility in the Washington, D.C. metropolitan area; 4) the anticipated period of performance will be a twelve month base period and four (twelve) month option periods; and 5) the anticipated contract type will be firm-fixed price. Sources that have the ability to provide the necessary support services are asked to respond to this notice with a corporate capability statement that includes general background information and technical capabilities describing your firm's experience with projects similar to the requirement. The capability statement shall be a maximum of five (5) pages. It shall include a cover sheet that includes: 1. Company name and address; 2. Points of contact including phone numbers and e-mail addresses; 3. Company cage code and DUNS; 4. Business size, large or small business, and if small indicate what types of small business concern (e.g. hubzone, 8(a), woman-owned...); 5. Level of corporate facility clearance, if any; and 6. General Services Administration (GSA) schedules including Special Item Numbers (SIN) under which your company can provide the services described in this notice. The remainder of the capability statement shall include the following: 1. A description of the applicable capabilities of your company and the nature of the services you provide. Include a description of your staff composition and management structure. 2. A description of your company's experience within the past three years on previous projects that are the same or similar to this requirement. Include contract and task order numbers, a brief description of the work performed, and the periods of performance. Provide no more than three examples. Submissions shall be made using Microsoft Office applications. The cover sheet shall not be included in the five (5) page limit. Font shall not be smaller than 12-point Times New Roman. Please provide a Capability Statement to Sharon Johnson at Sharon.D.Johnson@hq.dhs.gov by Noon on November 14, 2012. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RIIA-13-00001/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02925513-W 20121108/121106234414-805eb023eed9710743503955597001e7 (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.