SOURCES SOUGHT
99 -- Request for Information 2: Special Operations Forces (SOF) Global Requirements for Operational Workforce Support (GROWS)
- Notice Date
- 2/3/2023 12:47:09 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- GSA FAS AAS REGION 4 ATLANTA GA 30308 USA
- ZIP Code
- 30308
- Solicitation Number
- 47QFSA23K0006-1
- Response Due
- 2/22/2023 12:00:00 PM
- Point of Contact
- Jonathan Rinkinen
- E-Mail Address
-
Jonathan.Rinkinen@gsa.gov
(Jonathan.Rinkinen@gsa.gov)
- Description
- Special Operations Forces (SOF) Global Requirements for Operational Workforce Support (GROWS) Notice Type: Sources Sought � Request for Information In accordance with FAR Part 15.201 -- Exchanges with Industry before Receipt of Proposals, the following is a request for information (RFI). This is not a request for proposal. This RFI is intended to obtain industry input to aid with the formation of a strategy for the United States Special Operations Command (USSCOM) to acquire services to support the Command. The acquisition of services will be in support of the Global Requirements for Operational Workforce Support (GROWS) acquisition which will focus on acquiring Knowledge Based Services, as defined by Department of Defense taxonomy for the acquisition of services. To help develop a strategy that maximizes competition, and contractor performance, General Services Administration (GSA) and USSOCOM are seeking industry input, comments, and questions from interested companies. This exchange of information is designed to begin market research into the capabilities of industry to meet USSOCOM�s developing requirements, establish the degree of industry interest in the acquisition, and seek assistance with learning how other government agencies are acquiring the same or similar services. The objective of GROWS is to obtain highly qualified and comprehensively integrated professional services support for global Special Operations Forces (SOF) day-to-day business operations in all mission areas. About USSOCOM: The mission of USSOCOM is to provide fully capable SOF to defend the United States and its interests and synchronize planning of global operations for selected special purposes. USSOCOM is a unified command headquartered at MacDill Air Force Base, Florida and was established to prepare SOF to carry out assigned missions and, if directed by the president or secretary of defense (SECDEF), to plan for and conduct special operations. The Command has specific authorities and responsibilities, among them are: developing special operations strategy, doctrine and tactics; exercise authority, direction and control over special operations expenditures; train assigned forces; validate requirements; establish requirement priorities; formulate and submit intelligence support requirements; ensure SOF combat readiness; monitor SOFs� preparedness to carry out assigned missions; and develop and acquire special operations-peculiar equipment, materiel, supplies and services. Approximately 60,000 active duty, Reserve and National Guard Soldiers, Sailors, Airmen, Marines, and DoD civilians assigned to the headquarters, four components, six theater special operations commands, and a sub-unified command carry out the USSOCOM mission. Please respond by providing a Capability Statement answering the below questions. Within the Capability Statement, please ensure to include your company�s information (Name, Location, Business Size, Clearance, and Cage Code). The Government is currently expecting to award a Multiple Award (MA) IDIQ to support USSOCOM J-Codes and Special Staff. The current scope will include support that was previously provided under SWMS-A, while also expanding to support future requirements. Currently some directorates have numerous separate Task Orders (TO) (40-60 in some cases). The Government is currently considering whether or not to consolidate selected previous requirements with emerging ones, then to award a single performance-based TO at the J-directorate level. GROWS is a new enterprise contract requirement on behalf of USSOCOM that is designed to accommodate much of the traditional work that the J-DIRs and Special Staff are required to perform along with the expansion of new work based on the dynamic global landscape and emerging requirements as a Combatant Command. Please provide your company�s ability to support performance-based contracts on a large scale (40-50 combined TOs) What limitations would your company have to be able to support performance-based contracts on a large scale (200+ FTEs) Please provide any suggestions to the overall initial acquisition strategy of a MA IDIQ, and Consolidated performance based TOs. What are your initial considerations as to whether or not the consolidation of task orders work into a comprehensive PWS at the J-Dir or Special Staff level? �Please offer your thoughts on Diversity, Equity, and Inclusion in your company and what measures of effectiveness that you think might add value in establishing standards for professional services in SOCOM�s environment, with any reasoning you care to offer to support the recommendation. What role would you play in DEI within this MA IDIQ construct? In addition to a description of services your company provides to other government organizations, please consider including any professional services support your company provides to industry or academia that you believe is relevant. Please identify if your company has experience with the breadth and depth of supporting 200+ FTE contracts. Cybersecurity and Supply Chain Risk Management is everyone�s responsibility. Please provide your companies initial Cyber and SCRM plan as it pertains to the professional services administered under GROWS and the overall task order management of GROWS. The Government is currently exploring the possibility of holding a hybrid (virtual and in person) industry day during the morning of the first day of� SOF WEEK (05/08/2023). Please identify any concerns with doing so. Please note the location will be at a centrally accessible location (i.e. SOFWERX). Capability Statement/Questionnaire responses shall be submitted in MS Word or searchable PDF format, limited to 15 pages. The response when printed must fit on 8.5 x 11 size paper, in 12 point, Times New Roman, single line spacing, with one inch margins. Tables, charts, graphs and figures shall be used when necessary to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size. Foldout pages count as one page. Foldout pages may only be used for large tables, charts, graphs, diagrams, and schematics; not for pages of text. For tables, charts, graphs, and figures, the text shall be no smaller than equivalent to Microsoft Word 9 point, Times New Roman.� RFI responses shall be submitted via email to Jonathan.Rinkinen@gsa.gov no later than 22 February 2023 at 3:00 PM Eastern. Attachments: 1) Draft PWS dated 01312023
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0eabce9a018e4f1db860417972f30916/view)
- Record
- SN06582535-F 20230205/230203230109 (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 |