Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
MODIFICATION

R -- Special Security Officer for the 14th Air Force (TS/SCI)

Notice Date
8/17/2007
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
 
ZIP Code
93437-5212
 
Solicitation Number
F4DLA17151A002
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Point of Contact
Christopher Dutton, Contracting Specialist, Phone 805-605-3916, Fax 805-606-5867, - Melissa Egeland, Contract Specialist, Phone 805-606-6716 , Fax 805-606-5867,
 
E-Mail Address
christopher.dutton@vandenberg.af.mil, Melissa.Egeland@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers for the 14th AF SSO Combined Synopsis/Solicitation: Question 1. Is this a firm-fixed price? Answer: Yes, it is a firm-fixed price contract. Question 2. Does your agency process invoices through WAWF? Answer: Yes. Question 3. Should travel costs be included in the quote? If so, what is the estimated amount of travel, number of travelers, and destinations. Answer: The individual fulfilling the duties of the SSO will be a full time employee at Vandenberg AFB. They must travel from their place of residence (not provided by the gov't) to VAFB on a daily basis IAW the provided duty hours (0730-1630/Mon through Fri), excluding Federally observed holidays. Question 4. How many contractor personnel are needed under this solicitation? Answer: One (1). Question 5. Under general duties, there is a reference to "implement the PWS"; will a PWS be issued prior to the response date? Answer: The Combined Synopsis/Solicitation has the PWS integrated into it. Please refer to the "Scope of Work", paragraphs 1 through 2.7. Question 6. .....what type of transportation is the contractor is expected to complete? ....what type is referenced in para 2.7.....will they be reimbursed for mileage/direct expenses? Answer: The type of travel referenced in para 2.7 relates to a Gov't TDY situation, which would be paid for by the Gov't. Any training required by the contractor through the contractor's employer would be paid by the employer. Question 7. How large of a staff is required for this solicitation? Answer: One (1). Question 8. When are quotes due by? Answer: Quotes are to be received not later than 27 August 2007 (please refer to the last line of the combo, bold font) Question 9. Does the SSO need to be armed? Answer: No, this is not a security guard position. Please reference the Scope of Work.************************************************************ This is a combined synopsis/solicitation for the following item: The contractor shall provide all labor, transportation and supervision necessary to assist the special security officer to develop and implement policies and procedures for the protection of Sensitive Compartmented Information (SCI) in support of all subordinate organizations on Vandenberg AFB. This contract will serve as a vehicle to direct/assist the Special Security Officer/ Special Security Representative Office with SCI security management for military, civilian, and contractor personnel. All services requested under this synopsis are non-personal in nature. Scope of Work: DESCRIPTION OF SERVICES The primary purpose of this position is: To assist the special security officer to develop and implement policies and procedures for the protection of Sensitive Compartmented Information (SCI) in support of all subordinate organizations on Vandenberg AFB. This contract will serve as a vehicle to direct/assist the Special Security Officer/ Special Security Representative Office with SCI security management for military, civilian, and contractor personnel. All services requested under this PWS are non-personal in nature. 1.1 General Duties. The contractor will assist the SSO in his daily responsibilities in accordance with Director of Central Intelligence Directive 6/9 (DCID 6/9) and the JDCSISSS. They will also be responsible for ensuring all assigned personnel meet/maintain the appropriate security clearance requirements, in accordance with DCID 6/4. 1.2 Contractor Requirements. In rendering the foregoing services, outputs may take the form of information, formulation of alternatives, analyses, evaluations, recommendations, training and/or services to complement the Government?s technical expertise in accomplishing its mission. The nature of this work will, at times, require the contractor be capable of quick response to stringent deadlines. The contractor will require security clearances (SECRET, TOP SECRET (TS), TOP SECRET/ Sensitive Compartmented Information (TS/SCI) as defined in the DoD Contract Security Specification, DD Form 254 however, Special Access Program contracts are not included in the scope of this PWS and contract. 1.3. Professional Services and Management. These services will provide for the efficient and effective management and operation of assigned Industrial, Personnel, Information, Computer, and Physical security programs for the SCI community at Vandenberg AFB, security duties to include: 1.3.1 Researches, interprets, analyzes and applies security guidelines, programs, methods, and procedures. 1.3.2 Coordinates plans and schedules with other organization?s SCI security managers and customers as appropriate. 1.3.3 Provides advice, guidance, and direction on a wide range of SCI security and administrative issues. 1.3.4 Provides advice to Senior Intelligence Officer on significant issues and problems related to mission accomplishment 1.3.5 SCI security contract management in accordance with DoD and Air Force standards for maintaining SCIFS on Vandenberg AFB. 1.3.6 SCI classification and management, courier procedures, security education, and document control. 1.3.7 SCI billet management, eligibility determinations, indoctrinations, debriefings, foreign travel briefs, and access certifications 1.3.8 Assists with Computer Security duties to include: SCI automated information system accreditation, baseline maintenance, network connectivity architecture, and COMSEC control. 1.8.9 Sending/receiving visit requests, processing interim security clearances, and providing facility badge access. 1.3.10 Will support the SSO in the all responsible areas for Sensitive Compartmented Information (SCI) security management at Vandenberg AFB. Additionally services will include management in the following areas: Performance management, cost management, data management, and cost and schedule reporting, subcontractor management, quality assurance and review, and issue resolution. As required by the government, develop, maintain, manage, and update plans and schedules to support reporting requirements. The contractor shall implement the PWS, maintain schedules and manage to proposed costs to support task execution. 1.4 Quality Control Program. The Contractor shall develop, maintain, enforce, and document a Quality Control Plan (QCP). The QCP shall ensure that the government receives the level of quality that is consistent with the requirements specified. GOVERNMENT FURNISHED PROPERTY AND SERVICES The Task Order requires the Contractor to work in a Government facility; Government may furnish or make available working space, equipment and network access. Copies of required materials cited in the RFP, PWS, and DD Form 254, will be provided to the contractor in hard copy or soft copy. All materials will remain the property of the Government and will be returned to the QAE upon request or at the end of the Task Order period of performance. 2.0 GENERAL INFORMATION 2.1 Government Responsibilities The Government will inspect contractor performance IAW the Quality Assurance Surveillance Plan (QASP) and any other clauses included in the contract and/or each respective Task Order 2.2 Place of Performance The location will be at the Government facility, Build 10577 on Vandenberg AFB, Ca. 2.3 Duty Hours When working on Government sites, normal duty hours are 07:30-16:30, Monday through Friday, unless otherwise specified. Circumstances may require the Contractor provide services after normal duty hours. 2.4 Legal Holidays The Federal Government observes the following holidays: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 2.5 Security Requirements The highest security classification required by this contract is TOP SECRET/ SCI. Required contractor personnel shall possess appropriate security clearances. The contractor will be given access to applicable documentation to include requirements, plans, specifications, studies, and analyses up to and including TOP SECRET/ SCI classification. The contractual documents and attachments are unclassified. 2.6 Performance of Services during crisis declared by the President of the United States, the Secretary of Defense, or Overseas Combatant Commander. The performance of these services is not considered to be mission essential during time of crisis. Should a crisis be declared, the Contracting Officer or his/her representative will verbally advise the Contractor of the revised requirements, followed by written direction. 2.7 Travel Requirements Contractor employees may be required to travel in rare circumstances within the continental United States (CONUS) in performance of their This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4DLA17151A002. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). THIS PROCUREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE. It is anticipated that the contract performance will include a base period of one-year (1 Oct 2007 - 30 Sep 2008) and two one-year option periods (extending through 30 Sep 2010) exercised at the unilateral right of the Government. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and DFARS Change Notice 20061004. North American Industrial Classification Standard 541690, Size Standard, $6,500,000, applies to this procurement. The following provisions and clauses apply to this acquisition: The provisions held within FAR 52.212-1, Instructions to Offerors--Commercial Items and FAR 52.212-2, Evaluation?Commercial Items. Quotes will be evaluated on price related factors only. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All potential offerors are reminded in accordance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. Any questions will need to be submitted in writing by 2:00 PM PST on 15 August 2007. The answers will be posted on the EPS website by Friday, 17 August 2007. All quotes must be sent to Christopher Dutton at: Fax 805-606-5867; christopher.dutton@vandenberg.af.mil; 30 CONS Attn: Christopher Dutton 1515 Iceland Avenue, Bldg. 8500, Room 150 Vandenberg AFB CA 93437. Quotes are required to be received no later than 27 August 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/30CONS/F4DLA17151A002/listing.html)
 
Place of Performance
Address: Building 10577 on Vandenberg AFB, CA.
Zip Code: 93437
Country: UNITED STATES
 
Record
SN01377321-F 20070819/070817230537 (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  © 1994-2020, Loren Data Corp.