Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 04/07/2025
Response Date: 05/05/2025
Archive Date: 05/20/2025
More Opportunities
Solicitation Number:
W91CRB25CXXXX
Primary NAICS:
561110 - Office Administrative Services
Notice Type:
Sources Sought
Location:
Aberdeen Proving Ground Maryland 21005 USA
Set Aside:
8A
REQUEST FOR INFORMATION
Security Support Services Contract
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation FAR Part 10 as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Pasqulita Jackson, email: pasqulita.n.jackson.civ@army.mil. All responses must be received no later than 10:00 A.M. EST on 5 May 2025. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Capability Statements and other information received in response to this RFI will likely be used to make an 8(a) direct award pursuant to FAR Part 19. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
Purpose: The United States Army Test and Evaluation Command (ATEC) is one of the Department of Defenses (DOD) foremost test and training organizations supporting DOD, non-DOD, and commercial materiel developers by testing a broad spectrum of equipment throughout their life cycles from concept through deployment. As such, ATEC is not a material, item, or system developer. Rather, ATEC provides crucial test support to such developers who are ATEC's primary customers.
This RFI is sought for Security Support Services for the ATEC, Aberdeen Proving Ground (APG), Maryland (MD); the U.S. Army Aberdeen Test Center (ATC), APG, MD. The intent of this RFI is to seek potential 8(a) firms capable of performing the requirements in the Performance Work Statement (PWS) for a potential 8(a) direct award. Responses should include capability and relevant experience, in non-customer specific terms, as it relates to providing these support services in furtherance of the mission. This RFI is the initiation of market research under Part 10 of the FAR. To assist with the RFI submissions the following draft documents will be attachments to this RFI: draft Performance Work Statement (PWS).
In addition to functional experience with project oversight, offerors should identify experience in the below stated areas.
a. Acquiring, managing and retaining personnel with the capability, experience and expertise to perform security administration and provide technical security provide special program expertise and services.
b. Tracking the status of actions; initiating scheduled requirements (such as completion of investigative forms, replacement of courier cards scheduled to expire, conducting facility inspections, completing briefings and debriefings and renewing certifications, etc.)
c. Maintaining databases and operation plans for security actions or documents such as camera permits, courier cards, lock and key inventories, personnel security investigations, foreign visits, Test Program Operations Security worksheets, fixed facility checklists, indoctrination records, risk management framework documentation, and similar databases.
Contractors must be properly registered in the Government’s System for Award Management (SAM) database. SAM registration can be found at https://sam.gov.
Business Size Standard: The North American Industrial Classification System (NAICS) code is 561110 – Office Administrative Services. The small business size standard is $8 Million. As part of the RFI response, please state if your company is a small business under this NAICS code.
Industry Day: This acquisition will not have its own industry day.
Estimated Dollar Value: Not to exceed $4M
Estimated Period of Performance: Three (3) years
Place of Contract Performance: U.S. Army Aberdeen Test Center (ATC), U.S. Army Test and Evaluation Command (ATEC) Headquarters (HQ), ATEC Force Protection Office, located at the Aberdeen Area of Aberdeen Proving Ground (APG), Maryland and occasionally at the Edgewood Area.
Contract Type: At this time, this requirement is anticipated to be a Firm Fixed Price (FFP), Time and Materials (T&M), cost contract with a three-year period of performance.
Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length.
1. Point of Contact Information:
2. Please identify your company’s size standard per the primary NAICS code of 561110 – Office Administrative Services, small business size standard at $8 Million. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards.
This RFI is seeking 8(a) businesses for a possible direct award. Identify your 8(a) businesses entry date and expected exit date in the 8(a) program.
3. Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule.
4. Is your company prepared to assume financial liability for damages to Government equipment and property incurred as a result of your performance of work under this contract? Please explain.
6. Does your company possess the capabilities to provide the entire range of products and services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide?
7. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor:
Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable."
8. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members.
9. All Contractor employees supporting classified task assignments shall possess a SECRET clearance or higher issued by the Defense Security Clearance Office (DISCO) or who were the subject of a favorably completed National Agency Check, National Agency Check with Law and Credit Check (NACLC) or Special Agreement Check (SAC). More details regarding Facility Clearance, Personal Clearances, and all security information are available in the attached draft PWS under C.1.10 SECURITY. Please confirm your company’s ability to meet this requirement.
10. Please provide additional information that you believe we should know about your company in support of this RFI.
*Please note that information received by the vendor may be used as consideration for possible 8(a) direct award*
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.