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 requirement supports a secure construction project (P541 Building Project at NAWMU-1) in accordance with Intelligence Community Directive (ICD) 705 series and Department of Defense (DoD) policies. This is a Firm Fixed-Price (FFP) contract, 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by April 3, 2026, at 2:00 PM Japan Standard Time (JST).
Scope of Work
The contractor will provide Site Security Manager (SSM) and Construction Surveillance Technician (CST) services. SSM responsibilities include overall project security management, supervision of CSTs, and serving as the primary security point of contact. CSTs will conduct surveillance, monitor activities, inspect materials and equipment, control access, and report security incidents. The estimated workload is one SSM and three CSTs, ensuring proper facility certification and accreditation.
Key Requirements & Qualifications
Offerors must possess a current Facilities Clearance Level (FCL) equivalent to Top Secret. Personnel requirements include:
- SSM: ICD 705 CST & SSM certification (80+ hours), TSCM course completion, and an active TOP SECRET clearance.
- CST: CST course (40+ hours), ICD 705 CST & SSM certification, and an active SECRET clearance. All personnel must be US Citizens. The contractor is responsible for providing all necessary equipment, including ADP equipment, tools, metal detectors, and security cameras, which must be calibrated and certified. Government Furnished Property (GFP), such as office equipment, computers, and specialized security items, will be provided as detailed in Attachment 7.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price (FFP).
- Period of Performance: The base year runs from May 1, 2026, to April 30, 2027, followed by four option years, extending through February 28, 2030.
- Place of Performance: Ordnance Annex, Naval Base Guam.
Submission & Evaluation
- Submission Deadline: April 3, 2026, 2:00 PM JST.
- Submission Method: Offers must be submitted electronically. Emails exceeding 10 MB will not be received. Offerors must address Block 11 of the SF-30.
- Eligibility: This is a 100% SDVOSB set-aside. Offerors must be certified by the SBA at the time of proposal submission and award, with status verified in SAM.gov and the SBA database.
- Evaluation Factors: A tradeoff source selection process will be used, with the following factors:
- Technical Capability (Most Important): Evaluated on understanding of the PWS, proposed methods, staffing, equipment, and schedule. Requires an "Acceptable" or higher rating and proof of FCL.
- Past Performance: Assessed based on recent (within five years), relevant experience on similar secured facility or sensitive site projects.
- Price: Evaluated for reasonableness. Technical and past performance are considered more significant than price.
- Questions: All 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.