SOLICITATION NOTICE
U -- Open Source Intelligence (OSINT) analytical production support
- Notice Date
- 9/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1701 N. Fort Meyer Drive, Arlington, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- 10515A0438
- Response Due
- 9/28/2015
- Archive Date
- 3/26/2016
- Point of Contact
- Name: Gilbert Maalouf, Title: Contracting Officer, Phone: 7032841926, Fax: 41926
- E-Mail Address
-
maaloufgd@state.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 10515A0438 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $15.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-28 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DOS Office of Inspector General - Department of State requires the following items, Brand Name or Equal, to the following: LI 001: Period of Performance: Base: 30 September 2015 ? 29 September 2016 All deliverables will be due in a reasonable time period, as agreed upon by the provider and the Government, within the prescribed Period of Performance. The U.S. Department of State, Bureau of Democracy, Human Rights, and Labor leads the U.S. efforts to promote democracy, protect human rights and international religious freedom, and advance labor rights globally. Within DRL, the Office of Security and Human Rights (DRL/SHR) works to prevent abuses by security forces and promote accountability for these abuses. To provide product based deliverables to assist DRL in meeting its mission of preventing human rights abuses, promoting accountability, and bringing positive transnational change through foreign policy and programming. This can be achieved through analytically-derived products supporting specific DRL-focused information needs, which can be found in section 4.0, Requirements of attached Statement of Work, 1, LT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOS Office of Inspector General - Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOS Office of Inspector General - Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisitions.gov/far. The work to be performed under this task order shall be performed at the Contractor?s, or at venues agreed upon by DRL. Contractor personnel performing work in support of State Department DRL will require vetting and concurrence to perform work described in this SOW; however, will not require a clearance. Overall classification of deliverables is UNCLASSIFIED Contract personnel assigned will have working familiarity with required language (reading) to enhance OSINT analysis and deliverable production The Contractor shall provide personnel with appropriate technical skills, knowledge, and experience to accomplish the work set forth in this SOW. Mid- Level: Bachelor or Master?s degree with 4-6 years of intelligence analysis experience, or, specialized training & 4-8 years analysis experience, or, equivalent research/academic experience. Time to Productivity: Mid-level contractor personnel work independently. Provides comprehensive and completed products that may require multiple minor revisions and/or editing Senior Level: Bachelor or Master?s degree with 7+ years of analysis experience, or, specialized training & 10+ year?s analysis experience, or, equivalent research/academic experience. Credentialed subject matter expert or recognized specialist in relevant field. Time to Productivity: Senior level contractor personnel work independently. Provides thorough and completed products that may require multiple minor revisions and/or editing ?Extensive experience in intelligence research and an established reputation in the intelligence industry; ?Personnel with appropriate technical skills, knowledge and experience to produce advanced open source analytical products, including working familiarity with any required languages that may be applicable (includes Spanish and Arabic); oMid- Level: Bachelor or Master?s degree with 4-6 years of intelligence analysis experience, or, specialized training & 4-8 years analysis experience, or, equivalent research/academic experience. Time to Productivity: Mid-level contractor personnel work independently. Provides comprehensive and completed products that may require multiple minor revisions and/or editing. oSenior Level: Bachelor or Master?s degree with 7+ years of analysis experience, or, specialized training & 10+ year?s analysis experience, or, equivalent research/academic experience. Credentialed subject matter expert or recognized specialist in relevant field. Time to Productivity: Senior level contractor personnel work independently. Provides thorough and completed products that may require multiple minor revisions and/or editing. ?Demonstrated competencies in open source intelligence (OSINT), social network analysis, and experience with research on security-related issues, including internal security force structures and organizational hierarchies; ?A demonstrated ability to provide the level of quality and detail sought, including the ability to provide accurate and granular hierarchical charts depicting security organizations, individual units/sections, chain of command, organizational background and histories, and incidents of gross violations of human rights committed by the aforementioned units/groups, including locations and sources
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10515A0438/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN03903190-W 20150926/150925000820-9643a573b2ea11100329c7bf0a1d51ad (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 |