Construction Site Security Services

SOL #: N6264926QH006Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR YOKOSUKA
FPO, AP, 96349-1500, United States

Place of Performance

Santa Rita, GU

NAICS

Security Guards and Patrol Services (561612)

PSC

Support Professional: Physical Security And Badging (R430)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
Mar 27, 2026, 5:00 AM

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, Ordnance Annex. This requirement supports a secure construction project (P541 Building) in accordance with Intelligence Community Directive (ICD) 705 series and Department of Defense (DoD) policies, aiming for facility accreditation. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 27, 2026.

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, supervising CSTs, and ensuring all security requirements are met for facility certification. CSTs will conduct surveillance, monitor activities within the controlled construction space, and perform in-depth inspections of materials, tools, and equipment. The estimated workload is one SSM and three CSTs.

Personnel & Equipment Requirements

Personnel must be US Citizens with specific security clearances: SSMs require an active TOP SECRET clearance and ICD 705 CST & SSM certification (80+ hours) plus TSCM course completion. CSTs require an active SECRET clearance and CST course (40+ hours) plus ICD 705 CST & SSM certification. The contractor is responsible for providing all necessary equipment, including ADP equipment, tools, metal detectors, and security cameras, which must be calibrated and certified.

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: A base year (May 1, 2026 – April 30, 2027) plus three option periods, with a total duration not to exceed 46 months, including options to extend services/term.
  • NAICS Code: 561612, Size Standard: $29,000,000.00
  • Place of Performance: Ordnance Annex, Naval Base Guam.

Set-Aside & Eligibility

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified as an SDVOSB by the Small Business Administration (SBA) at the time of proposal submission and award. Verification will occur via SAM.gov and the SBA's certification database.

Submission & Evaluation

  • Proposal Due Date: March 27, 2026, 02:00 PM (local time, likely Guam).
  • Submission Method: Electronically. Emails exceeding 10 MB will not be received.
  • Questions: Must be submitted 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.
  • Evaluation Factors (Tradeoff Source Selection):
    1. Technical Capability (Most Important): Demonstrating understanding of the PWS, staffing, equipment, schedule, and possessing a current Facilities Clearance Level (FCL) equivalent to Top Secret. Compliance with FAR 52.219-14 (Limitations on Subcontracting) will be assessed.
    2. Past Performance: Assessed for recency, relevancy (similar secured facility/sensitive site projects within 5 years), and demonstrated contract compliance.
    3. Price: Evaluated for reasonableness. While less significant than technical and past performance, price is a consideration, and a higher-priced offer may be awarded if advantages warrant.
  • Quote Validity: Quotes must remain valid for a minimum of 60 days.

Key Deliverables

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.

Important Notes

The solicitation was amended to add FAR Clause 52.232-18, "Availability of Funds," which offerors must address in Block 11 of the SF-30. The Government will provide certain Government Furnished Property (GFP), including office equipment, metal detectors, radios, and a surveillance camera system. Contractor personnel will require DBIDS credentials for base access, with sponsorship provided by NAWMU-1. The contractor is responsible for personnel transportation, lodging, and meals.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Apr 3, 2026
View
Version 4
Solicitation
Posted: Mar 27, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 18, 2026
Version 2
Solicitation
Posted: Mar 10, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 20, 2026
View