SPECIAL NOTICE
99 -- Facility/Equipment Management within a Secure Environment
- Notice Date
- 7/9/2025 7:48:35 AM
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W6QK INSCOM BELVOIR FORT BELVOIR VA 22060-5246 USA
- ZIP Code
- 22060-5246
- Solicitation Number
- W50NH9-25-R-0101
- Response Due
- 10/3/2025 1:00:00 PM
- Archive Date
- 10/18/2025
- Point of Contact
- Christina Cano-Dickey, Phone: 5715889473
- E-Mail Address
-
christina.l.cano-dickey.civ@army.mil
(christina.l.cano-dickey.civ@army.mil)
- Description
- SAM.GOV Notice for INSCOM G4 Technical Exchange Title of Event: U.S. Army Intelligence and Security Command (INSCOM) � G4 Host: U.S. Army INSCOM G4, in partnership with Army Contracting-Detroit Arsenal (ACC-DTA), and the Command Services Office (CSO) Objective: INSCOM G4 is seeking to engage with industry to explore existing and innovative commercial solutions for Facility/Equipment Management within a Secure Environment. The feedback received by The Government will influence the decision to publish a future Commercial Solutions Offering in the future. Industry should demonstrate how their existing or innovative commercial solution would introduce cost savings, through the reduction of manpower traditionally needed to properly manage Facility/Equipment within a Secure Environment, or other cost saving opportunities without introducing risk to the Critical Functions being supported. Industry is encouraged to submit any information related to this objective; however special topics of technical interest include: Secure facility operations and maintenance Centralized management of geographically dispersed secure facilities Equipment lifecycle management Installation support services Predictive and preventative maintenance technologies eligible for use within a Secure Environment Asset tracking and reporting within a controlled spaced Accounting for Labor, Supply, and contractor costs Computerized Maintenance Management Software Workflow Management Work Planning & Scheduling Unique Requirement: Industry should demonstrate actual operational effectiveness, scalability, and integration with existing solutions in secure, access-controlled environments, such as SCIFs (Sensitive Compartmented Information Facility), SAPF (Special Access Program Facility) spaces, or other restricted areas for any existing commercial solutions. Including appropriate accreditation for use on NIPRNet, SIPRNet, and/or JWICS networks as applicable. Any information submitted for innovative commercial solutions, not existing in the marketplace, should include information on how the innovative solution would be operationally effective, scalable, and integrate with existing solutions in secure, access-controlled environments, such as SCIFs (Sensitive Compartmented Information Facility), SAPF (Special Access Program Facility) spaces, or other restricted areas. Including eligibility and timeline for an appropriate accreditation for use on NIPRNet, SIPRNet, and/or JWICS networks as applicable. Commercial Pricing: Industry is encouraged to include information on commercial contract price structure of any existing solutions for Facility/Equipment Management within a Secure Environment that they provide to the Government or preferred commercial contract price structure for any innovative solution not existing in the marketplace. Possible pricing structures could include: �As a Service� Model Consumption Based Model Bundled Allowances Tiered Pricing Computing Service Price Model PROPRIETARY INFORMATION: The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as confidential under this statute. Pursuant to this statute, the Government is willing to accept any proprietary (e.g., trade secret) restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) proprietary with any explanatory text, so that the Government is clearly notified of what data needs to be appropriately protected. Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the government, shall contain the proprietary legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends �proprietary portion begins� and �proprietary portion ends�. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as proprietary may diminish or eliminate the usefulness of your response). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 2. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights in the data. All interested firms and manufacturers, regardless of size, may respond to this request for information. Information submissions can include product literature and illustrations, relevant company background/experience. How to Participate: Vendors interested in participating should provide the information below no later than Friday, 3 October 2025 to Chistina Cano-Dickey, Christina.l.cano-dickey.civ@army.mil: Company name and Informational Document addressing the objective, unique requirements, and commercial pricing structure. Primary point of contact (optional) Presentation request (If interested in briefing an existing solution at your company�s location or other location that could provide for a demonstration) This exchange is informational only and not a Request for Proposal or Invitation for Bids. Input received will provide information for future acquisition strategies and potential requirements. The Government does not intend to make an award based on this Technical Exchange nor is it to be construed as a commitment by the Government. We look forward to your participation and the opportunity to collaborate on forward-leaning solutions that enhance mission resilience and facility readiness.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d78d36eed7b1496385fcac4dc3772a13/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07502838-F 20250711/250709230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |