IESS SOURCES SOUGHT
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 27, 2025 02:52 pm EST
- Original Response Date: Feb 10, 2025 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 25, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance:
Description
Naval Special Warfare Command Integrated Electronic Security System (IESS)
This is not a request for proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
This Sources Sought/Request for Information is in support of U.S. Special Operations Command, via the Naval Special Warfare Command. This purpose of this requirement is to provide administrative, operational, technical and logistical support services to maintain and improve an existing Integrated Electronic Security System (IESS).
This Sources Sought is an advance notice for information and planning purposes only and is not a solicitation. The North American Industry Classification System is 561621 and the size standard is $25 Million. Interested organizations may submit their capabilities, and qualifications to perform the effort in writing to the identified point of contact not later than 12:00 p.m. EST on 10 February 2025. Such information will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.
This announcement is issued in accordance with Federal Acquisition Regulation (FAR) Part 10 and is not to be interpreted as a commitment by the Government that a procurement action will be issued. This notice shall not be construed as a Request for Proposal or as an obligation on part of the Government. No entitlement to payment will arise as a result of the submission of contractor information. Any information submitted by companies to this Sources Sought/Request for Information shall be voluntary.
REQUIREMENT
The Contractor shall provide administrative, operational, technical and logistical support services to maintain and improve an existing Integrated Electronic Security System (IESS). This IESS capability provides the physical security and force protection of personnel and equipment assigned to the NSW Command elements and supporting activities within the Virginia Hampton Roads/ Tidewater Region.
Please see the attached draft Performance Work Statement (PWS) for the exact anticipated requirements of the contract.
Additional Requirement Information:
Expected Contract Type: Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ)
Estimated Period of Performance: 5 year Ordering Period
Product Service Code: J063
NAICS: 561621 - Security Systems Services (except Locksmiths)
CAPABILITY STATEMENT:
If your organization has the potential capacity to perform these contract services, please provide the following information:
- Fill out the chart (Organization name, address, size and type of ownership for the organization, Unity Entity ID (from SAM.gov) and point of contact including their title, telephone number and email address;
- Tailored capability statements addressing the particulars of this effort, with appropriate documentation to support claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
- The capability statements shall address, at a minimum, the following items:
-
- Can or has your company managed a similar task of this nature? If so, please provide details.
- What type of work has your company performed in the past in support of the same or similar requirement?
- What specific technical skills does your company possess which ensure capability to perform the tasks?
ADDITIONAL INFORMATION AND SUBMISSION DETAILS
QUESTIONS: Interested companies are also asked to identify any concerns, barriers, and/or impediments with recommended alternatives. Please submit any questions related to the required capabilities. The concerns, barrier, and questions are due prior to the submission of the capability statements and can be sent to kristen.k.lawrence.civ@socom.mil by 12:00 EST on 10 FEBRUARY 2025.
SUBMISSION: Fill in the below table and include it with your submission:
Company Name
Company Address
Point of Contact
Phone Number
Email Address
Unique Entity ID
Company is/ is not a Small Business
Does your company have a Secret Facility Clearance?
Other Classifications (e.g. 8(a), HUBZone, Woman-Owned, Veteran owned, Service-Disabled Veteran Owned)
If 8(a), date that the company graduates from the program.
Sources should include information concerning any current Defense Security Service (DSS) Facility Clearance Status/Level, the date obtained, their Facility Security Officer Name and phone number, and identify their servicing Defense Security Service (DSS) Field Office, with a POC, location, and phone number.
Interested parties capable of providing the requirements described above, are requested to submit a Capabilities Statement of no more than five (5) pages in length in Times New Roman font of no less than 10 pitch. All submissions shall be submitted in either Microsoft Word or Portable Document Format (PDF). Responses are required to be submitted via email to: kristen.k.lawrence.civ@socom.mil by 12:00 EST on 10 FEBRUARY 2025.
Attachments/Links
Contact Information
Contracting Office Address
- 3632 GUADALCANAL ROAD BLDG 165
- SAN DIEGO , CA 92155-5583
- USA
Primary Point of Contact
- Kristen Lawrence
- Klristen.K.lawrence.civ@socom.mil
- Phone Number 6195375470
Secondary Point of Contact
- Jackson Gabriel
- jackson.t.gabriel.civ@socom.mil
- Phone Number 8139392874
History
- Jan 27, 2025 02:52 pm ESTSources Sought (Original)