Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
SOLICITATION NOTICE

R -- Technical Surveillance Countermeasure (TSCM)

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
561611 — Investigation Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, RDF, Room 1F1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0095-05-T-0026
 
Response Due
12/30/2004
 
Archive Date
1/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
CBD COMBINED/SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposed action is for services for which the Government intents to solicit and negotiate with one source, Vector Technologies, LLC, 7530 Evans Ford Road, Clifton, Va 20124, IAW FAR 6.302-1. The statutory authority for other than full and open competition is 10 USC 2304(c)(1), only one responsible source. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. (ii) This notice of intent document incorporated provision(s) and clauses are those in effect through Federal Acquisition Circular 25, effective November 4, 2004. (iii) This procurement is set aside for small business. The Small Business Competitiveness Demonstration Program does not cover this procurement. (iv) The notice of intent is for the following services: CLIN 0001: Technical Security Support IAW Statement of Work. (v) Statement of Work: 1.0 Introduction: This Statement of Work (SOW) is to acquire Technical Security Specialists for the Pentagon Force Protection Agency (PFPA) Security Services Division. 2.0 Background: The PFPA Security Services Division has the responsibility for providing Technical Security support to the Office of the Secretary of Defense (OSD), Washington Headquarters Services (WHS) and other Pentagon Agencies when requested. The PFPA Security Services Division is also responsible for the coordinated technical security effort of all tenants located on the Pentagon Reservation. The PFPA Security Services Division?s Technical Security Program provides technical security support in accordance with DoD TSCM Survey Program, DoDI-5240.5 to protect the OSD, WHS and PFPA and/or its mission. 3.0 Scope: The contractor shall perform duties of management, coordination and operation of advanced radio frequency monitoring equipment. The contractor shall be responsible for the analysis of all signal data collected. Duties shall include the configuration of equipment to optimize performance, maintenance of a Windows 2000 network server, investigative data analysis, database management, advice and assistance for system development from software packages used to assist in collection and analysis. The contractor shall resolve any anomalies the system may detect and provide monthly progress/status reports of the systems development to the PFPA Technical Security Program Manager. The contractor shall provide quarterly status briefings to senior Department of Defense executives, policy and decision makers. 4.0 Requirements: 4.1 The contractor shall provide personnel that are Agilent certified on the operation of the Radio Frequency monitoring equipment. The contractor shall provide design input and guidance with consultation from design engineers to the PFPA Technical Security Program Manager. The contractor shall perform work necessary to resolve system identified anomalies by locating the origins of the signal and provide advice on how best to neutralize the threat signal. Contractor personnel shall manage a signals database for historical purposes to allow for ongoing comparison of signal threats encountered. 4.2 The contractor shall provide personnel that must be either a certified Department of Defense TSCM Service School or Interagency Training Center Fundamentals Course Graduate in addition to Agilent certification. 4.3 The contractor shall provide personnel with over two years of operational experience with both the radio frequency search systems and the Scenario Flex software package. 4.4 The contractor shall manage a local area network operating in a Windows 2000 server environment. 4.5 The contractor shall provide personnel with at least five (5) years of specialized TSCM experience and 10 years of general security experience. 4.6 Normal work hours shall be an eight (8) hour workday, Monday thru Friday, except for Government holidays. Work will be performed between the hours of 5:30 am ? 6:00 pm with eight hours of work with one half hour for lunch. 4.7 Contractor shall perform TSCM investigations in support of the Office of the Secretary of Defense and report all findings and recommendations to the Technical Security Program Manager in PFPA-SSD report format. Typewritten reports will be due within five days of the Investigation. 4.8 The contractor shall ensure contract personnel have driver license to operate government owned vehicles. 4.9 The contractor shall ensure contract personnel dress in appropriate casual business attire and when appropriate a suit and tie. 4.10 The contractor employees shall be capable of providing briefings to senior DoD executives from the Office of the Secretary of Defense. 4.11 The PFPA Technical Security Program Manager shall request removal of any contract employee committing any of the following offenses: a. Disclosing any official information to include duties or responsibilities under this contract, or writing, or distributing any news or press releases without expressed written permission of the PFPA Technical Security Program Manager/COR; b. Except as authorized by law, engaging in audacious or demeaning discussions concerning DoD internal matters, policies, grievances, legal issues, or personalities; financial, personal, or family matters with DoD Employees, family members, the public, or any known associate of the above; c. Disclosure of any duty assignment(s) or related issues without the expressed approval of the Technical Security Program Manager; d. Displaying disorderly or immoral conduct (e.g., using abusive or offensive language, quarreling, intimidating others with words or actions, fighting, or participating in disruptive activities); e. Knowingly associating with persons known to be convicted felons or persons known to be connected with criminal activities. This does not apply to immediate family members; f. Accepting or soliciting gifts, favors, or anything of value in connection with official duties; g. Displaying unethical or improper use of DoD identification or credentials (e.g., badges, passes, and other documents providing special access or privilege); h. Knowingly giving false or misleading statements or concealing material facts in connection with official reports, records, investigations, or other proceedings; i. Knowingly making false statement(s) about other contract employees/officials, DoD employees, or incidents; j. Involvement in any form of discrimination or sexual harassment of other contract employees, DoD employees or members of the general public as prescribed by Federal, state and local laws; k. Eating, smoking, drinking at the duty station, or taking breaks in any location except those designated as authorized break areas; l. Engaging in outside employment: Outside employment is defined as employment with or without compensation, with any foreign Government, firm, corporation, or individual that is either controlled or managed by any foreign Government. Also prohibited is employment as a Government or contract employee of the DoD or any other position, which would constitute a real or apparent conflict of interest with the mission of the Agency served under this contract. 4.12 The contractor employees will be required to adhere and abide with all United States Government and Department of Defense Instructions providing guidance on office operation and the conduct TSCM investigations. Reference: DoD 5240.5, IA-30, and PFPA Policies governing the workplace. 4.13 Contractor will perform basic TSCM equipment maintenance as well as TEMPEST, technical security education and physical security advice and assistance. 5.0 Security Requirements: 5.1 The contractor employees shall posses and maintain a Top Secret security clearance with the ability to be read-on to Sensitive Compartmented Information. 5.2 The contractor shall comply with the information specified in the Contract Security Classification Specification (DD Form 254), provided as attachment 1 to this statement of work. 6.0 Deliverables: 6.1 The contractor shall resolve any anomalies the system may detect and provide a monthly progress/status reports of the system's development to the PFPA Technical Security Program Manager. 6.2 The contractor will provide semi-annual operational briefs to senior DoD executives from the Office of the Secretary of Defense on system successes. 6.3 The contractors shall perform TSCM investigations in support of the Office of the Secretary of Defense and report all findings and recommendations to the Technical Security Program Manager in PFPA-SSD report format. Typewritten reports will be due within five days of the Investigation. 6.4 Contractor shall provide a list of resumes of potential employees so the Government can verify their compliance with the above stated requirements. 6.5 Prior to any contractor employee performing work in support of this contract, the contractor shall verify and submit written proof of security clearance information to Pentagon Force Protection Agency Security Office, 9000 Defense Pentagon, Washington D.C. 20301-9000. The letter should be typewritten and faxed to (703) 614-1684. (vi) Date(s) and place(s) of delivery and acceptance and FOB point are as following: January 1, 2005 through January 31, 2005, Pentagon Force Protection Agency, 9000 Defense Pentagon, Room 4E139, Washington, DC 20301-9000. (vii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial Items. (viii) FAR 52.212-2, Evaluation- Commercial Items does not apply to this sole source acquisition. (ix) Offerors are to include a completed copy of provision FAR 52.212.3, Offeror Representations and Certifications-Commercial Items. (x) The following provision does apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. (xi) The following clauses are applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.204-2, 552.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222-42. The following clause is applicable to this acquisition: FAR 52.252-2, Clauses Incorporated By Reference. In addition, the following DFAR clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.204-7004 Alt A, Required Central Contractor (CCR) Registration Alternate A are applicable to this requirement. Firms not registered in the CCR may register by calling 1-888-227-2423 or via the Internet at http://ccr.gov. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. DFAR 252.204-7005, ORAL Attestation of Security Responsibilities (xii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xiii) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xiv) This notice of intent is not a request for competitive proposal; see FedBizOpps note number 22 for further specifics. (xv) Submission and delivery of Capability Statements should be forwarded by December 30, 2004 by 12:00 P.M. est., using either method: via facsimile at (703) 692-0811 or e-mail. (xvi) The points of contact for the acquisition are: Our new address, phone number and E-mail addresses are Washington Headquarters Services, Acquisition & Procurement Office, 1155 Defense Pentagon, Room 5E330, Washington DC 20301-1155. Tel. No. 703-614-3533, Fax No. 703-692-0811. E-mail addresses: Joseph.Hodges.ctr@whs.mil or Jartis@whs.mil. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON (703) 692-0811. NO TELEPHONE INQUIRES WILL BE ANSWERED REGARDING THIS SOLICITATION.
 
Place of Performance
Address: Pentagon Force Protection Agency, Security Services Directorate, 9000 Defense Pentagon, RM 4A150,, Washington, Va
Zip Code: 20301-9000
Country: USA
 
Record
SN00727465-W 20041230/041228212205 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.