Construction Site Security Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka (FLCY) Site Marianas is soliciting proposals for Construction Site Security Services at Naval Base Guam. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires security and surveillance for the P541 Building Project at Naval Airborne Weapons Maintenance Unit One (NAWMU-1) to ensure facility certification in accordance with Intelligence Community Directive (ICD) 705 and Department of Defense (DoD) policies. The estimated value is $29,000,000.00 under NAICS 561612. Proposals are due April 17, 2026, by 2:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide Site Security Manager (SSM) and Construction Surveillance Technician (CST) services. The SSM is responsible for overall project security management, supervision of CSTs, and serving as the primary point of contact. CSTs will conduct surveillance and monitoring within the controlled construction space, including inspections of materials, tools, and equipment for tampering and discrepancies. The services are critical for supporting a secure construction project and achieving required facility certification.
Key Requirements
- Personnel Qualifications: SSMs require active TOP SECRET clearance, ICD 705 CST & SSM certification, and TSCM course completion. CSTs require active SECRET clearance and ICD 705 CST & SSM certification. All personnel must be US Citizens.
- Facility Clearance (FCL): The prime contractor must possess an active Top Secret Facilities Clearance Level (FCL) at the time of award and throughout the contract duration. Government sponsorship for FCL will not be provided.
- Equipment: Contractor to provide all necessary equipment not listed as Government Furnished Property (GFP), including ADP equipment, tools, metal detectors, and security cameras. GFP includes items like refrigerators, desks, computers, and various security equipment.
- Deliverables: Include a CSP Implementation Plan, Equipment Status reports, Inspection/Documentation/Photographs, Security Threat reports, Security Incident reports, Completed Fixed Facility Checklist, Completed TEMPEST Checklist, Accreditation document package, and Security Clearance Verification.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: A base year (June 1, 2026 – May 31, 2027) and three option years, extending through February 28, 2030.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA-certified at submission and award.
- Place of Performance: Ordnance Annex, Naval Base Guam, Santa Rita, GU 96915.
Submission & Evaluation
- Proposal Due Date: April 17, 2026, by 2:00 PM JST.
- Submission Method: Electronic only. Emails exceeding 10 MB will not be received.
- Evaluation Factors: Award will be based on a best value tradeoff, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are significantly more important than price. The Government intends to award without discussions.
- Questions: Submit via email to Jason Perez (jason.q.perez.civ@us.navy.mil) and Cynthia Cruz (cynthia.r.cruz2.civ@us.navy.mil) no later than five (5) calendar days before the submission due date.