- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Information Monitoring and Protection Services - Modular Project
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Mar 11, 2026. Industry: NAICS 561612 • PSC R430.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561612 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561612
Description
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO SOLICIT OR AWARD A TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS SOURCES SOUGHT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESS FIRMS CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.
1.0 INTRODUCTION
The Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Center (COMFRC) announces its intention to procure on a competitive basis a contract effort for Information Monitoring and Protection Services support to augment the existing workforce for Fleet Readiness Center Southeast (FRCSE) aboard Naval Air Station (NAS) Jacksonville, FL and a remote site at Salt Lake City, Utah.
This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this source sought is being used to gather constructive information from industry to improve the Requests for Proposals (RFP). These requirements are subject to change and the information provided below is for informational purposes only. The final requirements will be defined under formal RFPs.
This requirement is to provide Site Security Manager (SSM) support with appropriate number of Construction Surveillance Technician (CST) and Cleared American Guards (CAG) to oversee construction security and construction security monitoring programs. To achieve full compliance with ICD-705 and IEEE-2999 standards, the contractor will implement comprehensive security programs that encompass physical, personnel, technical, and procedural security requirements for all supported secure projects ensuring successful accreditation of these secured facilities. The Contractor will conduct acoustic and Radio Frequency (RF) shielding effectiveness testing in accordance with requirements established by the appropriate Authorizing Official (AO), ICD-705, ASTM-E336, and IEEE-299 standards to demonstrate proper design engineering. Management of construction security programs, administration of construction surveillance operations, and preparation of necessary documentation for facility accreditation support planning throughout the construction must be performed by the SSM.
2.0 ANTICIPATED CONTRACT TYPE AND PROGRAM BACKGROUND
a. The Government is anticipating a Firm-Fixed Price award. The anticipated period of performances is 4 months; August 2026 through November 2026.
b. Program Background/Requirement:
The Contractor shall provide a scalable team of security professionals to oversee construction security and construction security monitoring program at the remote FRCSE site in Salt Lake City, Utah and a Subject Matter Expert (SME) for TEMPEST and Acoustical testing at NAS Jacksonville, FL. The Contractor shall be capable of providing a turn-key construction security and 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 facility. This team shall include SSMs, SME, CSTs, and CAGs as required to fully comply with ICD-705 and IEEE-299 standards and ensure the successful accreditation of each secure facility. CAGs must possess a minimum-security clearance of Secret eligibility and the SSM, CST, and SME must possess a minimum-security clearance of Top-Secret eligibility. The Contractor must base this determination on a comprehensive assessment of project-specific factors, including:
- Size and complexity of the construction project
- Specific security requirements outlined in the Construction Security Plan for that site
- Results of ongoing risk assessments
- Construction schedule and level of construction activity
- Guidance from AO and Cognizant Security Authority
3.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES
It is anticipated that any resultant contract will have the following specialist requirements and required capabilities:
a. Security Classification level of Top Secret
b. Conduct the RF shielding effectiveness testing in accordance with IEEE 299-2006
c. Conduct acoustic testing (STC/NIC testing) in accordance with ASTM E336
d. Compliance with the Service Contract Labor Standards
4.0 ELIGIBILITY
a. The applicable NAICS code for this requirement is 561612 SECURITY GUARDS AND PATROL SERVICES.
b. The Product Service Code is R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING.
c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008, revision 1).
d. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in proposing as the Prime for this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government’s capability determination.
e. The Cybersecurity Maturity Model Certification (CMMC) level requirement will be Level 2 Certified 3rd Party Assessment Organization. Level 2 self-assessment with 3rd party assessment pending will be acceptable for consideration for award.
5.0 SUBMISSION REQUIREMENTS
1. To assist in our market research, the Government is requesting interested vendors submit contract references demonstrating experience as the Prime Contractor on projects of a similar scope. Each reference should include the issuing agency, contract number, a summary of the awarded contract's scope, and a clear explanation outlining the similarities between that contract and the requirements described herein.
2. ICD 705 Construction Security Modular Project support. State any experience in providing SSM support as well as the following minimum requirements:
- RF shielding effectiveness testing in accordance with IEEE 299
- The SME shall be familiar with the 16 standard divisions of construction and must have knowledge of technical listening devices commonly used by foreign intelligence services.
- The SME shall hold a valid certificate for the successful completion of a 20 hours or greater SSM Training Course within last five (5) years.
- The SME shall hold a valid certificate for the successful completion of 40 hours or greater CST training course taken within last 5 years.
- The SME shall have at least five (5) years of direct experience working on ICD-705 construction projects. Direct experience means working at the project location as a CST, SSC, SSM, or SME
- The SME shall hold certifications from National TEMPEST School for the following trainings: TEMPEST Fundamentals, L3OARXXXXX 0T3A, PDS Code 5W1 &TEMPEST for System Installation and Facility Design, L3OARXXXXX 0T4A, PDS Code 6IY. Alternatively, in lieu of TEMPEST certifications, relevant RF Engineering experience is acceptable. This includes professional experience as an RF or microwave engineer, electromagnetic specialist, or electronics engineer with a focus on Electromagnetic Compatibility (EMC) or Electromagnetic Interference (EMI).
3. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the Small Business Prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking for the base period as well as the option periods. Similarly situated small businesses may team together to meet the 50% requirement. If your company is planning to team with a similarly situated small business, the response must clearly identify the proposed team members and the capability statement must clearly articulate which portion of the work each team member will be responsible for. The response must be detailed enough for the Government to decide whether the proposed team will be able to perform 50% of the work when combined.
4. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UEI) number, etc.
5. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under the NAICS code identified for this requirement.
6. Include in your response your ability to meet RF Shielding testing requirements in accordance with IEEE 299-2006 standards.
7. In accordance with FAR Part 10, the Government is assessing if there are any existing commercial services that can meet the requirement or that can be modified to meet the requirement. Please identify if your company has offered ICD 705 Construction Security support commercially to non-government entities in the commercial marketplace. Additionally, please identify if your company offers these services commercially on an existing governmentwide contract. Include contract number (if possible), a brief description of the services provided, and the point of contact information (if releasable).
8. Provide companies current CMMC level certification.
6.0 SUBMISSION INSTRUCTIONS
Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.
1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. Copies of Certifications, contract references or audits provided will not count toward the page limit.
2. Document Type: Microsoft Word or searchable Portable Document Format (PDF)
3. Delivery: Electronic-mail (Email) Submission to the Contracting Specialist, Massoud Koleini, massoud.m.koleini.mil@us.navy.mil and the Contracting Officer, Beverley Rhamdeow, beverley.s.rhamdeow.civ@us.navy.mil
4. Response date: Responses are due by 04:00 PM EDT on 11 March 2026.
5. No classified information shall be submitted in response to this Sources Sought.
6. No phone calls will be accepted.
7. All questions must be submitted via email to the Contracting Specialist, Massoud Koleini, massoud.m.koleini.mil@us.navy.mil and the Contracting Officer, Beverley Rhamdeow, beverley.s.rhamdeow.civ@us.navy.mil
8. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses.
9. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
10. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.