Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOURCES SOUGHT

A -- Sources sought notice. MCB CP is seeking to identify potential small businesses capable of providing five intelligence analysts to support I MEF in Iraq for the period of one year.

Notice Date
1/18/2006
 
Notice Type
Sources Sought
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M00681ANALYST
 
Response Due
1/25/2006
 
Description
Sources sought notice. Marine Corps Base Camp Pendleton, CA is seeking to identify potential small businesses (SB), small disadvantaged businesses (SDB) certified by the Small Business Administration (SBA) under provisions of the section 8a program, and service disabled veteran owned small businesses (SDVOSB) capable of providing five (5) full-time, on-site analytical services, ?all source intelligence analysts?, to support the I Marine Expeditionary Force (FWD) in Iraq. This is a market research tool to determine the availability of sources prior to issuance of an RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Marine Corps team, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If the solicitation is issued, source selection procedures will be used, which will require offerors to submit technical experience, past performance, and price for evaluations. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The NAICS code for the proposed procurement is 541990 (size standard $6 million). If awarded the contract will consist of a base period of one year and six one month options. Desc: The contractor shall provide five (5) full-time, on-site analytical services, ?all source intelligence analysts?, to support the I Marine Expeditionary Force (FWD) in Iraq. Full time personnel, working in support of the I MEF (FWD) Tactical Fusion Center (TFC), would process and analyze intelligence reporting in the I MEF (FWD) Area of Operations (AO). They would also assist in the production and dissemination of periodic products as required. This would include, but not be limited to, daily and weekly intelligence summaries with the goal of producing reporting in response to supported unit requirements. The objectives of this SOW are to provide intelligence analysis support at I MEF (FWD) Headquarters, Camp Fallujah, Iraq, as follows: General: - Iraq Estimated work days: Contractor personnel shall work in 12 hour shifts, exact start times for each employee to be determined by the Contracting Officer?s Representative (COR) once in Fallujah. To note, surge operations may require personnel to work beyond the normal 12-hour shift cycle. Contractor Personnel are subject to recall 24 hours per day as dictated by mission requirements. Supported unit chiefs/commanders will notify the Contractor, through the COR or Contracting Officer, of basic work schedules and changes thereto for Contractor Personnel based on specific mission requirements. - All Contractor personnel shall be proficient with standard Microsoft Office Software (Word, Power Point, Excel). - All Contractor Personnel must be: Willing to deploy to live and work in a potentially hostile environment designated by the U.S. government as an Imminent Danger Zone or Hostile Fire Zone; - Willing to undergo medical and dental screening, receive Anthrax, Smallpox and other vaccines as required; Willing and able to live and work under field conditions, to include living and working in temporary facilities (i.e. tents); - Able to function during a level of heightened state of threat, during extended periods of high pressure and stress that may also include hostile fire. Security Requirement: - All Contractor Personnel shall possess a clearance IAW with policies established by DOD. All security requirements, to include submission of relevant security paperwork, shall be met before any performance related to this SOW is conducted. - Clearance Level: Contractor Personnel shall be US citizens who have been screened IAW DOD regulations. All Contractor Personnel shall possess a TOP SECRET/SCI clearance which must be approved and accepted by the Defense Industrial Security Contracting Office (DISCO). - Security Management: The Contractor shall also maintain, in his/her home office staff, at least one manager who possess TOP SECRET (TS) security clearances with access to Sensitive Compartmented Information (TS/SCI). The Contractor shall make these managers available at the request of the Government for the purposes of coordination with Government-designated military intelligence personnel on any issues related to Contractor Personnel duties that may require discussions at the TS/SCI level and to provide escort for their personnel into DIA Sensitive Compartmented Information Facilities. - Polygraph: Contractor Personnel may be subject to a polygraph examination and subject interview at any point during employment under this contract, as a condition of employment, and are subject to periodic counterintelligence polygraph examinations while assigned to this contract. - Non-Disclosure Agreement: Contractor Personnel with security clearances may be required to sign an SF 312, Classified Information Non-Disclosure Agreement, depending upon mission requirements. Deliverables: - Track, analyze, and process daily graphic and text summaries of significant events within the assigned AO as submitted by MEF (FWD) MSCs, and supporting units. Assist in consolidating this information into a daily graphic/textual intelligence summary. Anticipated production will entail the review of between 100-200 source data collection/analysis/researches as a daily average. - Assist in the production and dissemination of the daily roll up products (from sub-units, organic collectors, or other sources) with the goal of producing a reporting roll up twice in a 24-hour period. - Receive, analyze and process battalion and regimental reporting in the AO. - Conduct daily analysis of trends and operations in the AO. - Coordinate intelligence production with other sections in the CIC as well as external reporting agencies. - Conduct link and other analyses of insurgents and other persons of interest within and related to the AO. As needed, deliver these products in text or electronic form. - Develop operational support products to include: incident studies, target packages, raid packages, and other intelligence related products as directed. - Organize and maintain message traffic, other reporting and source files as they pertain to the AO. - Brief decisionmakers as required. - Coordinate with supported units for intelligence requirements. - Coordinate intelligence production and analytical activities within the CIC. - Participate in intelligence targeting boards, including the nomination and justification for persons to be placed on the I MEF(FWD) high-value individual lists. - Assist in the ?on-the-job? training of junior analysts on matters pertaining to intelligence analysis and production. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Marine Corps decision to establish this requirement as a competitive regional Small Business, competitive 8a, HUBzone Small Business or Service Disabled Veteran Owned Small Business, set-aside acquisition. Interested firms who qualify in any of these categories must submit a SOC, which describes, in detail, the firms capability of providing intelligence analysts to Iraq. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) a copy of 8a certifications (if 8a certified, provide the SBA Business Opportunity Specialist?s name and phone number assigned); HUBzone certification and SDVOSB status or Small Business Status; (5) indicate if the firm is registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database; (6) provide proof of licenses and bonding capacity; (7) information on relative past projects that best illustrate your qualifications for this contract, of specific interest are multi-site projects (list up to 5 projects performed within the last 5 years). Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing and managing intelligence analysts OCONUS. Provide the following information for each project listed: a. contract number and project title; b. name of contracting activity; c. administrative contracting officers name, current phone number; d. contracting officers technical representative or primary point of contact name and current phone number; e. contract type (e.g. firm-fixed price, IDIQ, combination firm-fixed price/IDQ, requirements or cost plus); f. period of performance (start and completion date); g. annual award amount and final contract value; h. summary of contract work; (8) training/mobilization capability to! get from award to start date; and;(9) sub-contract management provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint-ventures with 8a members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow I MEF to determine the firms capabilities to perform the defined work. The SOC must be on 8x11 standard paper and is limited to 20 single-sided pages (10-12 font), including all attachments). Interested parties shall mail, hand deliver, or e-mail the SOC responses to: Marine Corps Base Camp Pendleton, CA, (ATTN: Pamela King), Box 1609 / Bldg 22180 Box 555027, Camp Pendleton CA 92055, or e-mail: pamela.h.king@usmc.mil. The point of contact for any questions and/or concerns is Pamela King, ph: (760) 725-4423. SOCs are due no later than 4:00 pm PST on January 25, 2006.
 
Web Link
Federal Business Opportunities
(http://www.fbo.gov)
 
Record
SN00968409-W 20060120/060118212646 (fbodaily.com)
 
Source
FedBizOpps 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.