SOURCES SOUGHT
R -- USSOCOM Intelligence Support Services -- White Paper Request
- Notice Date
- 12/6/2023 11:05:50 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- H92402ISSJIII001
- Response Due
- 1/8/2024 8:00:00 AM
- Archive Date
- 01/23/2024
- Point of Contact
- LTC Marsha Leventry, Contracting Officer, Amy Jaskela, Contracting Specialist
- E-Mail Address
-
marsha.leventry@socom.mil, amy.c.jaskela.civ@socom.mil
(marsha.leventry@socom.mil, amy.c.jaskela.civ@socom.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- DESCRIPTION OF THE REQUIREMENT� The purpose of this Sources Sought Notice is to request white papers from industry regarding USSOCOM's Intelligence Support Services requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations.� At this time, USSOCOM anticipates soliciting Service-Disabled Veteran Owned Small Businesses (SDVOSB) as a socio-economic set-aside in calendar year 2024.� USSOCOM�s Special Operations Forces Intelligence Support Services � Joint (ISSJ) are currently acquired under contract H92402-19-C-0006, which is scheduled to end 25 September 2024. ISSJ III will be a follow-on effort with a coordinated transition between the existing contract and the new award.� The government is contemplating a five-year contract.� PROGRAM BACKGROUND� The purpose of this effort is to provide comprehensive, actionable, intelligence services to USSOCOM through a pool of resource personnel across the intelligence functional spectrum including, but not limited to: All-Source Intelligence*, Human Intelligence (HUMINT), Signals Intelligence (SIGINT), Open-Source Intelligence (OSINT), Geospatial Intelligence (GEOINT), Targeting Intelligence, and Socio-Cultural Analysis (SCA)*. The Contractor shall perform SOF-specific strategic, operational, and tactical multi-layered analysis in support of Intelligence Preparation of the Environment (IPE) for military and humanitarian missions in any Area of Responsibility (AOR) world-wide. The Contractor will also provide intelligence expertise on the operations and methodology of Violent Extremist Organizations (VEO), Transnational Criminal Organizations (TCO), Special Interest Aliens (SIA), Counter Weapons of Mass Destruction (CWMD), Integrated Deterrence and other emerging threat priorities. **Select positions have a language-enabled requirement with Interagency Language Roundtable (ILR) 2+/2+ rating or higher depending on position**.� Anticipated Pass/Fail General and Administrative Requirements:�� Interested Vendors must be registered as a Service-Disabled Veteran Owned Small Business (SDVOSB) within SAM with the proper NAICS Code (541990) for this requirement, which will be verified by the Contracting Officer.��� Proof of TOP SECRET Facility Clearance and SECRET Level of Safeguarding.� Adequate Business Systems: Ability to obtain valid documentation from DCMA, DCAA, other Federal Audit Agency, or other Offeror provided information that allows the contracting officer to determine that the contractor�s accounting system will permit timely development of all necessary cost data for the cost type CLINs and the negotiation of cost in accordance with the Federal Acquisition Regulations.� Line of Credit: Ability to obtain adequate certified documentation that demonstrates a sufficient line of credit or reserved liquid capital of at least 25% of the base year.�� Cybersecurity Compliance.� A NIST Cyber Assessment Tool Certification that demonstrates a passing cybersecurity rating of 105 of the 110 controls in accordance with NIST SP 800-171 Revision 2 guidelines.� Defense Base Act Coverage.� A quote from a DBA Insurance Provider based on OCONUS FTEs identified in the SOW.�� Interested SDVOSBs and qualified Joint-Ventures should submit white papers that do not exceed seven (7) pages that address the following areas:� Discuss your experience transitioning a minimum of 200-300 Intelligence professionals deployed in CONUS and OCONUS locations. In the absence of experience, describe transition activities of similar magnitude and the nuances/applicability to the SOF intelligence requirements in CONUS and OCONUS locations.� Describe the number of Intelligence professionals currently employed by your company as a prime or sub-contractor providing intelligence services to the US Government in CONUS and OCONUS locations.� Describe in detail your previous and current experience providing Intelligence professionals across the spectrum of intelligence disciplines. All personnel supporting this effort shall be U.S. citizens and possess a TOP SECRET security clearance with SCI eligibility access. Previous and current experience should be limited to the last three years.� Describe your process for recruiting and pre-screening Intelligence professionals prior to submission for employment on Government contracts. Please discuss and specify staff hiring, recruitment and retention plans, and marketing efforts that are currently in place or planned to identify qualified labor categories for this potential effort.� Interested Vendors should respond to the Contracting Officer with a notice of intent (NOI) and a summary of their firm's capability combining the skill sets and experience described above. Please include the Full name of your firm, Points of Contact, contact numbers/emails, CAGE Code, address, NAICS code, and vendor business size. White papers, not to exceed seven (7) pages should be submitted NLT 1100 on 8 January 2024 via email to the following addresses: marsha.leventry@socom.mil and amy.c.jaskela.civ@socom.mil.� FUTURE INDUSTRY DAY� Interested Vendors will be invited to participate at an in-person Industry Day as a means of conducting Market Research to identify potential sources and develop acquisition strategy for the follow-on ISSJ contract during the month of February 2024.�� This notification is being made to provide participants with the maximum amount of time for scheduling. The Official Industry Day Announcement and Draft Request for Proposal including UCF sections A-M, will be published FY24 QTR 2 (anticipated).� No further information is available from the contracting office at this time.�� DISCLAIMER� THIS NOTIFICATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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 AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. IN ACCORDANCE WITH FAR 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES, THE GOVERNMENT WILL NOT PAY FOR ANY COSTS INCURRED AS A RESULT OF THIS SPECIAL NOTICE, TO INCLUDE ANY COSTS ASSOCIATED WITH ATTENDING THE INDUSTRY DAY #1 AS WELL AS ANY COSTS ASSOCIATED WITH A CANCELLATION OF THIS EVENT FOR ANY REASON. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS SPECIAL NOTICE OR THE INDUSTRY DAY SHALL BE PROVIDED AT NO COST OR OBLIGATION BY THE GOVERNMENT. THE GOVERNMENT IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF ANY RESULTS OF THE INDUSTRY DAY. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY AND ANY DOCUMENTATION PROVIDED TO THE GOVERNMENT WILL NOT BE RETURNED�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c6c44f7a59a64e8a978244a684a7ff7e/view)
- Record
- SN06904815-F 20231208/231206230050 (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 |