SOURCES SOUGHT
R -- Contractor Specialized Security Officer (CSSO)
- Notice Date
- 8/11/2023 2:13:06 PM
- Notice Type
- Sources Sought
- Contracting Office
- FA2518 USSF SPOC/SAIO PETERSON AFB CO 80914-4184 USA
- ZIP Code
- 80914-4184
- Solicitation Number
- FA251823Q0015
- Response Due
- 9/8/2023 11:00:00 AM
- Archive Date
- 09/23/2023
- Point of Contact
- Walnerge Uran-Ochoa, Phone: 7195560032, Amy Pacheco
- E-Mail Address
-
walnerge.uran_ochoa.2@spaceforce.mil, amy.pacheco.2@spaceforce.mil
(walnerge.uran_ochoa.2@spaceforce.mil, amy.pacheco.2@spaceforce.mil)
- Description
- THIS NOTICE IS ISSUED AS AN RFI ANNOUCEMENT FOR INFORMATION PURPOSES. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or solicitation, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist.� SpOC/SAIO will not accept or acknowledge emails over 5MB, brochures, samples, catalogs, and any other marketing solicitation information. All responses shall comply with the criteria established in this RFI to be considered for review. Purpose: The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method (order under an existing IDIQ, solicitation/award via sam.gov, GSA schedule, etc.). Therefore, we further invite offerors to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/. Project Scope: The Contractor shall manage the SCI program and oversee SCI/SAP security functions for subordinate SCIF/SAP areas for SD6. Scope includes providing technical support to perform SCI and SAP security oversight functions for physical, personnel and Cybersecurity functions of the SCIFs/SAPFs in support of SD6. Industry Response: All responses shall be received by Friday, 8 September 2023 @ 12:00 PM Mountain Time. No extension to the response date will be considered.� Send responses via e-mail to Mr. Walnerge Uran Ochoa (walnerge.uran_ochoa.2@spaceforce.mil). Responses shall be no more than 5 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first 5 pages and may disregard the remainder of the submission.� Extraneous materials (brochures, manuals, etc.) will not be considered. Questions Please provide the following information in your response in order for the Government to thoroughly evaluate your response and assist in executing the purposes of this RFI: Name, address, point of contact (telephone number and email address), CAGE Code, and UEI. Does your firm currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ)? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA).� Specify your business type based upon NAICS 541690. Specify all that apply.� __ Large Business� __ Small Business� __ Small Disadvantaged Business (SDB)� __ 8(a)�� __ HUBZone�� __ Woman Owned Small Business (WOSB)� __ Veteran-Owned Small Business (VOSB)� __ Service-Disabled Veteran-Owned Small Business SDVOSB)� Note: If you have differentiating size status between any contract vehicles listed from section �b� above, break them out accordingly. Is the NAICS 541690 code appropriate for this scope of work? If you determine it to be inappropriate, what NAICS code would be appropriate and why?� Would your organization propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture?� Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team will likely be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513. Identify any projects completed in the past five (5) years for the same or similar scope to help determine your firm�s capability and capacity in meeting the requirement for the services listed in the attached DRAFT PWS.� For the DRAFT PWS, interested offerors are encouraged to submit questions/feedback for Government review. The intent of obtaining questions/feedback on the PWS is to further assist industry when proposing on the PWS and to streamline the solicitation process. The Government will not post official responses to the questions/feedback but they will be reviewed by the Government. If questions/answers are provided the details will be shared to all respondents. Q:� Do you have experience with ICD 705 and the process of initiating SCIF accreditation packages? Q: Do you have specific experience with the RMF process for SCIFs? Q: Do you have experience with working SCI programs (SAP/SAR) and not just collateral programs? Q: Will you have members with SCI clearances on day 1 of contract initiation?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6cb291a0c1164fcb8e0546cea986c70c/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN06787770-F 20230813/230811230103 (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 |