SPECIAL NOTICE
R -- Special Security support Services
- Notice Date
- 8/22/2007
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F2VVJ207229A001
- Response Due
- 8/29/2007
- Archive Date
- 9/13/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to award a sole source purchase order with Lockheed Martin Information Technologies (LMIT) for Special Security Office Support services. Macdill AFB intends to issue a purchase order to LMIT under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the existing agency requirements, for the following reasons stated in the J&A: a. USCENTCOM J2 requires continued Personnel Security Program, Information Security Program, and Physical Security services. An acquisition is currently underway to provide these services through the USARMY Communications and Electronics Command (CECOM) CE-LCMC, Rapid Response Project Office, BLDG 295, FT Monmouth, NJ 07703. We are tracking to have a new contract vehicle in place by 31 August 2007. Lockheed Martin is the only reasonable contractor that can provide the continued service without causing a break in critical mission services. They will not require time to ramp up their manpower to current levels nor will they require valuable time to adapt to the learning curve. Providing the bridge contract will ensure critical security requirements are met with no break in service. b. This request is to cover our requirement up to 25 days should the award of the new contract be delayed beyond 31 August 2007. The Personnel Security program is a joint-service personnel security program. Contractors shall be responsible for administering and tracking EPSQ for over 1500 Sensitive Compartmented Information (SCI) coded positions and approximately 700 collateral positions assigned to USCENTCOM. The Information Security Program is a Department of Defense security program. Contractors shall be responsible for ensuring USCENTCOM compliance with Information Security Program Regulations and Directives. The Contractor shall provide technical expertise regarding physical security infrastructure, and physical security as it relates to systems, and building construction. Contractor shall assist the Special Security Office (SSO) in the writing and formulation of accreditation packages required to document the physical security characteristics of USCENTCOM facilities. Contractor shall be required to assist in the evaluation of technical specifications, and other related documentation required in the formulation of accreditation packages. The Contractor shall not exercise personal judgment on behalf of the Government. Continued contractor support in the areas of personnel, information, and physical security are critical to the continued security operations at USCENTCOM. C. LMIT has provided the critical SSO support over the past four years and has a full understanding of the USCENTCOM SSO requirements. Continuing the support of their expertise for 25 day period of performance until a new contract is in place is critical to ensure SSO functions are provided. An acquisition to provide a new contract vehicle is being administered by CECOM R2 Project Office which should be completed in the near future. Using the current in-place LMIT Vendor to provide up to a 25 day bridge will allow for a smooth transition, and avoid a break in service. This announcement constitutes the only announcement. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The North American Industry Classification System (NAICS) is 511210 The Standard Industrial Classification (SIC) is 7372 with a small business size of $23 million. A Firm Fixed Price contract will be awarded. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hil1.af.mil or http://safaq.hq.af.mil/contracting): FAR 52.212-1, Instructions To Offerors ? Commercial Items, FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, FAR 52.217-8, Option to Extend Service, FAR 52.222-41, Contract Service Act of 1965, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items (Dev.) and 5352.201-901 Ombudsman Clause. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated in full text: DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 29 August 2007, 12:00 P.M. Eastern time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Thomas Allman, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Emailed questions or responses will also be accepted at thomas.allman@us.af.mil. All offers shall include the solicitation number, company name, address, phone and fax numbers, and point of contact, DUNS Number, and Federal Tax ID Number.
- Place of Performance
- Address: USCENTCOM / CCJ2, 7115 S. Boundary Blvd, MacDill AFB, FL
- Zip Code: 33621-5101
- Country: UNITED STATES
- Zip Code: 33621-5101
- Record
- SN01381237-W 20070824/070822221617 (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 |