Opportunity

SAM #N00189SSMCST2026LPS

Site Security Manager and Construction Surveillance Technician Services for Secure Construction at Naval Station Norfolk

Buyer

NAVSUP FLC Norfolk

Posted

April 14, 2026

Respond By

April 22, 2026

Identifier

N00189SSMCST2026LPS

NAICS

561621, 561612

This opportunity seeks contractor support for secure construction site security services at Naval Station Norfolk, supporting the Airborne Command and Control and Logistics Wing's MILCON LP-21/33/34 project. - Government Buyer: - Department of the Navy, Airborne Command and Control and Logistics Wing (ACCLOGWING), Special Security Office (SSO) Navy - Services Requested: - Site Security Manager (SSM): 1 full-time position to oversee construction security, manage risk assessments, supervise CSTs, and ensure compliance with ICD 705 and SCIF/SAPF accreditation standards - Construction Surveillance Technicians (CSTs): 6 full-time positions for access control, inspections, documentation, and security surveillance at three building annexes (LP-21, LP-33, LP-34) - Products/Equipment Required (Contractor-furnished): - 6 handheld metal detector wands (detects ferrous, non-ferrous, and stainless-steel contraband) - 1 badge production system (includes computer, monitor, ID badge software, camera, printer, 1000 blank PVC badges, 1500 straps/clips, ink cartridges, badge rack) - 7 portable radios (with two batteries each, three multi-unit chargers, programming kit, multi-channel capability) - 5 electronic documentation devices (for digital photo documentation) - 5 external 4TB solid-state drives (for secure documentation storage) - 1 contractor-supplied computer (closed system, no internet, for report consolidation) - Unique/Notable Requirements: - All personnel and equipment must support compliance with ICD 705 and related security standards for secure facility accreditation - Contractor provides all supplies, materials, and tools except government-furnished property - Emphasis on digital documentation, access control, and secure storage of records - No specific OEMs or vendors are named; requirement is for qualified service providers with relevant security and construction surveillance experience - Place of Performance: Naval Station Norfolk, specifically the LP-21/33/34 Hangar Annexes

Description

This announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price type contract for Site Security Manager (SSM) and Construction Surveillance Technician (CST) services under NAICS Code 561612 with a size standard of $29.0M. It is anticipated that the period of performance for this requirement will be a 12-month base period beginning with four (4) 12-month option periods and a six month extension IAW FAR 52.217-8. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. 

Background:  Airborne Command and Control and Logistics Wing requires augmentation for Site Security Manager (SSM) and Construction Surveillance Technician (CST) services in support of MILCON LP-21/33/34 construction project on Naval Station Norfolk.

The Contractor shall provide an SSM and a team of CSTs to oversee construction security and the construction security monitoring program, which shall include all aspects of physical, personnel, technical, and procedural security as required for supported secure projects to fully comply with ICD 705 and ensure successful accreditation of the secure facilities. The contractor shall provide personnel, transportation, supplies, materials, tools, and other items necessary to provide secure construction site security services and perform work as a CST as defined in this Statement of Work (SOW) except for those items specified as government furnished property, equipment, and services. 

There are three building annexes the CSTs will focus on within MILCON LP-21/33/34 Annex, one each in LP-21, LP-33, and LP-34. 

Scope:  The Contractor shall deliver the necessary resources to perform the requirements of this PWS.

The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive acquisition strategy for the support services detailed above and in the attached PWS.  Responses to this Sources Sought request should reference “LP-21/33/34 SSM and CST” and shall include the following information in this format:

1.  Company name, address, point of contact name, phone number, fax number and email address.

2.  GSA Schedule, Seaport-e Schedule, or any other DoD Contract Vehicle

3.  Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, WOSB, SB, Veteran-owned, etc., in accordance with the NAICS Code.

4.  Contractor and Government Entity (CAGE) Code.

5.  Capability Statement detailing the contractor’s ability to provide support services for the requirements specified in the PWS.  Relevant past performance information on same/similar work within the last 5 years is to be included.  Please include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this  sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement.

6.  Include any other supporting documentation.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.  Standard company brochures will not be reviewed.  Submissions are not to exceed ten (10) typewritten pages in no less than 12-font.  Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor.

Responses to this Sources Sought request should be submitted via email: elysia.m.allen2.civ@us.navy.mil by 3:00PM EST on 22 April 2026.  Again, this is not a request for proposals.  This information is for planning and market research purposes only and will not be publicly released.  Proprietary information should be clearly marked.  Respondents will not be notified of the results.  Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. 

Attachment:    (1) Draft Performance Work Statement

View original listing