SOLICITATION NOTICE
R -- Construction Site Security and Monitoring Services
- Notice Date
- 9/16/2025 3:23:34 PM
- Notice Type
- Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
- ZIP Code
- 96349-1500
- Solicitation Number
- N6264925QHA06
- Response Due
- 9/22/2025 9:00:00 PM
- Archive Date
- 10/08/2025
- Point of Contact
- Jason Q. Perez, Phone: 16713395526, Cynthia Cruz, Phone: 6713395295
- E-Mail Address
-
jason.q.perez.civ@us.navy.mil, cynthia.r.cruz2.civ@us.navy.mil
(jason.q.perez.civ@us.navy.mil, cynthia.r.cruz2.civ@us.navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- 16Sep2025 - The following questions were submitted and answered: Question 15. IAW PWS Para 3.4.1.2 Will the government please confirm that listed certifications for the SME are required to be submitted with the proposal? Government Response: Per PWS section 3.4: The list of Key Personnel with supporting documentation to show all experience and training qualifications are met will be submitted for Government approval within 10 days after award. Question 16: Also, what are the font size and page limitation requirements? Government Response: Font size should be Time New Roman no larger than 12 point font size. Submissions should be no longer than fifteen (15) pages. 13Sep2025 - The following questions were submitted and answered: Question 13. How would we be able to get a response from CTF-75 as to whether they would sponsor us for a TS FCL? Government Response: CTF-75 responded to Question #1 and indicated they will sponsor the FCL. Question 14. Should we be unable to get them to sponsor us for an FCL, our subcontractor has a TS FCL and may bid but they are awaiting the SBA to certify them as a SDVOSB. Would the Contracting Office accept a pending SDVOSB company? Government Response: No, in accordance with FAR 19.1405(a) Contracting Officers shall ensure that SDVOSB concerns are listed in the VetCert database prior to award. Furthermore, in accordance with FAR 9.104-1(g) - To determine contractor responsibility, a prospective contractor must: Be otherwise qualified and eligible to receive an award under applicable laws and regulations. Being a certified SDVOSB is part of being qualified and eligible for an SDVOSB set-aside. 12Sep 2025- The following questions were submitted and answered: Question 1: Would the Contracting Office be willing to sponsor us for an FCL? We were primarily subcontractors and require a TS FCL for this effort. Government Response: No, the Contracting Office will not sponsor. CTF-75 (government) will sponsor the FCL. Question 2: Would the Contracting Office consider extending the submission date? Given the complexity of this effort, only 12 days to submission is rather demanding. Government Response: No, the Contracting Office will not consider an extension. Question 3: This appears to be a rehab of an existing structure requiring a quick turnaround (six months), having only one or two CSTs on site seems very difficult to cover the workload demands being asked for. Will the Contracting Office be able to expand this CST requirement? Government Response: The base contract OnSite period of performance is only six months. Option periods may be exercised at the government�s discretion. The number of CSTs requested is set, they will be supplemented by a minimum of four government provided CSAs. Question 4: Will there be Cleared American Guards (CAGs) on site to control access to the worksite? The requirement identifies an ACF (Access Control Facility) and Sallyport which is usually manned by CAGs. Government Response: There are no CAGs required, the ACF is within the secure confines of the military installation and project security fence. Question 5: The work hours indicates around the clock operations. Given the current labor hours regulations, will there be several shifts? That would increase the badging and access demands. Government Response: The 24 hour operational requirement was deleted from the PWS and revised PWS section 7. The normal working hours are expected to be 10 hours per day and 5 days per week. The 10 hours per day will encompass the construction contractor�s 9 hours workday, with an additional 30min before and after for setup and securing. Minor variation in the construction schedule may require an intermittent change to normal working hours. Please acknowledge the SF-30 amendment due to the change in the PWS. Question 6: Will a SSA (Secure Storage Area) be established and who would control access? It is usually manned by a CST who escorts the material to the site. Government Response: The SSA is co-located at the project site and will contain several secure storage containers and be will encompassed by a locked security fence. The expectation is the CST will only man the SSA when the construction contractor requires access. Question 7: Will the secure material going into the SSA require special shipping or handling or purchased off the local economy, requiring special security procedures? Government Response: No known special shipping or handling requirement prior to material arrival on the project site. All project materials will be TAA compliant, but will need to be scanned upon arrival with X-ray machine and Non-Linear Junction Box Detector prior to entering the SSA. Question 8: Construction Surveillance Technicians are Counter-intelligence personnel (TS cleared) not Physical Security, which are performed by CAGs (Secret cleared). Their CST background is in the Trades fields. Would the SSM be able to determine if the personnel on-site or visitors are properly cleared? Government Response: Yes, the SSM would be able to determine clearance procedures and responsible for ensuring personnel and visitors are properly cleared. Question 9: The SME and SSM positions are listed as having to have advanced degrees. There is no advanced degree associated with ICD 705. Most of our experience come from actual on-site experience. Would the Contracting Office be open to replacing education requirements with actual experience? Government Response: Yes, the advanced degree requirement for the SME will be removed from the PWS section 3.4.1.2. There is no SSM advanced degree requirement. Please acknowledge the SF-30 amendment due to the change in the PWS. Question 10: There is a three-year experience requirement and unidentified training requirements for the 2 CSTs. Would the Contracting Office be willing to waive the training requirements if the CSTs already have three years of experience? Government Response: Please clarify what section of the PWS has the three-year experience requirement referred to and what specific training requirements and you requesting to have waived? Question 11: Will the people working in the secure work area be cleared? If so, to what level? Government Response: The construction personnel will be cleared through DBIDS with no additional security clearance level. The CSP mitigation is the additional oversight from multiple government provided CSAs. Question 12: Will there be outside visitors allowed into the secure space during construction? Government Response: The only anticipated visitors will be personnel from the construction contracting agency (NAVFAC) or customer (CTF-75). See government response to Question 8 for visitor clearing. Amendment 0001 Effective 12Sep 2025 The purpose of this amendment is to add Att 01 Performance Work Statement 12SEP25 This amendment serves to: 1. Provide an updated Performance Work Statement (PWS). The revised PWS Att 01 Performance Work Statement 12SEP25 replaces and supersedes the previous version in its entirety. Key changes as follows: -Removed Section 3.4.1.2.7 The SME shall have a graduate level degree (M.A., M.S., or above) from an accredited university in a security or intelligence field. -Updated Section 7. Work Hours Offerors are advised to carefully review the updated PWS. **All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.** ALL AMENDMENTS MUST BE ACKNOWLEDGED IN ACCORADANCE WITH BLOCK 11 OF THE SF 30 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY) Site Marianas has a requirement to provide Commander, Task Force 75 (CTF-75) construction security and surveillance services, onboard Naval Base Guam, to support a secure construction project in accordance with the Intelligence Community Directive (ICD) 705 series and Department of Defense (DoD) policies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/79a8ff80c14e4743865f9b8823ae8aa5/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN07592452-F 20250918/250916230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |