SECURITY PROGRAM AND COMPLIANCE SUPPORT SERVICES FOR THE PROTECTION OF PERSONNEL, INFORMATION, AND ASSETS
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 Surface Warfare Center (NSWC) Crane Division is conducting a Sources Sought/Request for Information (RFI) for Security Program and Compliance Support Services to protect personnel, information, and assets. This market research aims to identify capable SeaPort-NxG MAC holders (prime/subcontractors) for a potential future contract. Responses are due by May 26, 2026.
Scope of Work
This effort supports NSWC Crane's Security Services (Code 105) by providing non-personal professional support across 13 task areas (TAs), including:
- TA1: Security Functional & Compliance Support
- TA2: Information Security (INFOSEC) Support
- TA3: Personnel Security (PERSEC) Support
- TA4: Security Education, Training, and Awareness (SETA) Support
- TA5: Industrial Security (INDUSEC) Support
- TA6: Insider Threat Support
- TA7: Physical Security (PHYSEC) Support (further detailed into General, Lock Shop, Alarm Response Center (ARC), and Electronic Security System (ESS))
- TA8: Emergency Management Support
- TA9: Communications Security (COMSEC) Support
- TA10: Special Security Office (SSO) Support
- TA11: Sensitive Activity & Intelligence-Related Contracting Support
- TA12: Operations Security (OPSEC) Support
- TA13: Visitor and Access Control Support, Security Coordinator, and Security Response Team Support Services
The effort is estimated at 106 Full-Time Equivalents (FTEs) per year, totaling 1,014,809 labor hours plus 10% surge over the life of the contract. This requirement is a direct follow-on to existing contracts held by Precise Systems, Inc. and Science Applications International Corporation (SAIC).
Contract & Timeline
- Type: Sources Sought/Request for Information (RFI)
- Anticipated Contract Type: Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) type contract(s)
- Anticipated Duration: One-year base with four (4) option years
- Set-Aside: None specified; market research will determine potential set-asides for all or some task areas for small businesses.
- NAICS: 541330 (Engineering Services)
- PSC: R425 (Support-Professional: Engineering/Technical), R408 (Support-Professional: Program Management/Support)
- Response Due: May 26, 2026, 7:00 PM EDT
- Published: May 11, 2026
Requirements & Evaluation
Respondents must submit capability statements (max 10 pages) demonstrating their ability to perform services for each task area, including relevant contract references. Small businesses must show they can perform more than 50% of the effort for consideration of set-asides. A TOP SECRET – SCI Facility Security Clearance level is required, and personnel must maintain appropriate security clearances and Cyber IT/Cybersecurity training. All personnel, except the Program Manager (who must be within 50 miles), will be on Government site at NSWC Crane, IN.
Additional Notes
This notice is for informational purposes only and is not a request for proposals. The Government will not pay for responses. Attachments include a Draft SOW, Labor Mix Summary, and Task Area Tables (1 and 2) for completion.