Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2004 FBO #1055
SOLICITATION NOTICE

B -- Open Source Intelligence Support (OSINT)

Notice Date
10/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-05-R0001
 
Response Due
11/29/2004
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor shall provide all personnel and nonpersonal services necessary to perform Special Operations Open Source Intelligence Support (OSINT). The U.S. Special Operations Command intends to award a five year (60-month) contract (base year and four ordering periods) based on best value. This procurement is intended to provide USSOCOM with Open Source Intelligence (OSINT) Support. The solicitation is being issued as a Request for Proposal, solicitation number is H92222-05-R-0001. A Time and Material type contract is contemplated. The Government plans to issue the solicitation EOM October 2004. This procurement is a 100% set-aside for small business. The NAICS code is 519190 and small business size standard is 500 employees. The Contractor shall provide service to consult on, and to create Open Source Intelligence (OSINT) products and services as required by the US Special Operations Command (USSOCOM). Such services can include, but are not limited to: Rapid-response deep Internet and commercial (fee for service) research; Acquisition of specified overtly available information products and data services; Procurement of Russian military maps and other forms of geospatial information; Translation of foreign language materials in 29 languages; Providing OSINT training or advisory services. The contractor will conduct surveys of foreign terrorist, guerilla and insurgent groups on the Internet and newsgroups within the indexed and un-indexed World Wide Web (WWW). Searches will be conducted in multiple languages to ensure comprehensive coverage. The contractor, at a minimum, will search in various dialects of English, French, Spanish, Chinese, Farsi, German, Korean, Russian, Italian and Arabic. Conduct research and provide data emphasizing the capabilities of foreign Government Special Operations Forces (SOF) In direct support of the command?s continuous watch of emerging issues/unrests worldwide, the contractor must be capable of providing (within 48 hours of receiving tasking) a short Executive Summary on such developing activity. Each product will be in a format allowing immediate access and use by the Government. Such other task as may be appropriate, to include the preparation of force protection information, CINC travel books, defense biographies on foreign nationals, international business profiles, technology updates on areas of interest to special operations forces, and/or any other tasks that can be accomplished in the OSINT arena. personnel must have, in combination, substantive experience in preparing and reviewing all-source intelligence products; and substantive experience in open source intelligence theory and practice as demonstrated through international conferences, publications, contracts and standing. Personnel should have prior experience in preparing training materials for the Joint Military Intelligence Training Center. Personnel must have, in combination, substantive experience in preparing and reviewing all-source intelligence products; and substantive experience in open source intelligence theory and practice as demonstrated through international conferences, publications, contracts and standing. A complete copy of the Statement of Work may be obtained by contacting the POC at the end of this message. Period of Performance is estimated to be Jan 2005 to Jan 2010. Work performed under this contract shall take place at various Contractor and USSOCOM locations. Work performed under this contract shall be UNCLASSIFIED. Most requirements and facts of USSOCOM interest are unclassified; however there are some documents that may be classified up to TOP SECRET. All requirements should be treated as sensitive information and should not be divulged to any other individual, contractor, and/or organization without prior approval of the Government. The Program Manager and select key personnel should have TOP SECRET clearances and be eligible for SI/TK access as necessary. Deliverables of OSINT products will be defined on a time and material basis as required and tasked by USSOCOM OSINT Personnel. All electronic deliverables will be certified as virus-free and in full compliance with applicable copyright regulations imposed by all open sources and intermediary service providers. All products will be prepared in XML/HTML format for electronic posting and dissemination. The offeror's proposal will be evaluated on their technical/management approaches capability to meet US Government objectives and the cost of their proposed labor. The skills, experience and education of the offeror's key personnel will also be evaluated to determine their capability to meet the US Government's requirements. A well defined, integrated technical/management approach and skilled key personnel is substantially more important than cost. The government estimates the yearly labor needs to be between 1 ? 2 person-years of effort per year. Travel may be required to various locations to gather data for the performance of this task. The government will create a travel line item per ordering period at an estimated $10,000 per year. All responsible small business sources may submit a proposal, which will be considered by USSOCOM. All communications regarding this procurement and request for proposal must be in writing and submitted via email to David Johnson at johnsod@socom.mil. In email correspondence please insert ?OSINT? in the email subject. Questions may be directed to David Johnson at 813 828-6877.
 
Place of Performance
Address: Contractor Location
 
Record
SN00694465-W 20041016/041014212211 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.