Security Services onboard SBX- 1
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 Department of the Navy is conducting a Sources Sought market survey to identify qualified vendors capable of providing Security Services onboard the Sea-Based X-Band Radar platform (SBX-1). This requirement is currently designated as an 8(a) Set-Aside. Responses are due by April 14, 2026, at 2:00 PM (Norfolk, VA time).
Purpose
This market survey aims to gather information on industry capabilities to provide continuous armed force protection and physical security for the SBX-1 vessel, both at sea and in port. The government will use responses to assess potential acquisition strategies, with an initial focus on the 8(a) Business Development Program. If insufficient 8(a) responses are received, other approaches such as a small business set-aside or full and open competition may be considered.
Scope of Work
The contractor will be responsible for providing continuous armed force protection for the SBX-1, 24 hours a day, 7 days a week, 365 days a year. This includes personnel and material for securing the vessel during 63-day rotations in international and territorial waters. Contractor Security Officers must perform duties onboard SBX-1 and may need to use force against attackers outside the vessel's lifelines. Services include maintaining communications with escort and port security personnel, demonstrating capabilities to authorized agencies, and monitoring integrated electronic security systems.
Key Requirements & Qualifications
Prospective contractors must demonstrate:
- Experience: 3 years in security supporting port security or Security System Level A (SSL-A) requirements, and 3 years of company experience with weapons maintenance for specific weapon types (handguns, shotguns, military assault rifles, crew-served weapons).
- Clearances: A SECRET Facility Clearance is required at the start of performance, and SECRET Personnel Security Clearances are needed prior to assignment to the vessel.
- Personnel: Contractor Security Officers must be U.S. Citizens, armed while on duty, and meet specific physical, medical, and CBRN training requirements. Personnel must also complete the MSC Drake Operator Course.
- Compliance: Adherence to MSC screening, employment security requirements, shipboard safety, and anti-terrorism/force protection (AT/FP) standards.
Anticipated Contract Details
The anticipated contract type is a Firm-Fixed Price (FFP) with pass-through elements. The Period of Performance is expected to include one 12-month base period and four 12-month option periods, plus a six-month option period (FAR 52.217-8), spanning approximately December 18, 2026, to December 17, 2031.
Place of Performance
Services will be performed onboard the SBX-1, primarily in the Pacific Ocean, including U.S. territories, U.S. territorial waters, and international waters, with operations often originating from Pearl Harbor, HI.
Information Requested
Interested parties should submit:
- Company name, contact information, and CAGE Code.
- Small business size status and demonstration of ability to perform 51% of the contract.
- Suggested security force size.
- A capability statement addressing SECRET-level facility clearance, ability to process personnel for SECRET clearances, ability to update/maintain the Vessel Security Plan (VSP), and ensuring security personnel training per Strategic Command Directive (SI) 538-2 and MSC Instruction COMSCINST 5530.3.
- Pertinent questions/concerns or input on contract type.
- Estimated daily or other term cost/price (referencing Table 1 in the original document).
Submission Details
Responses are due no later than 02:00 PM (Norfolk, VA time) on Monday, April 14, 2026. Submissions should be emailed to christopher.j.jakobowski.civ@us.navy.mil and mary.l.gordon53.civ@us.navy.mil.
Important Notes
This is a market survey for planning purposes only and does not constitute a Request for Proposals (RFP). Responses are voluntary, and the government will not pay for costs incurred in preparing submissions. Do not include competition-sensitive or protected information.