Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

R -- Joint Geospatial Analytic Support Services II

Notice Date
2/13/2020 2:35:07 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
HQ USSOCOM TAMPA FL 33621 USA
 
ZIP Code
33621
 
Solicitation Number
H9240220R0003_Pre
 
Response Due
3/6/2020 11:00:00 AM
 
Archive Date
03/21/2020
 
Point of Contact
James Goodwin
 
E-Mail Address
james.goodwin@socom.mil
(james.goodwin@socom.mil)
 
Description
Request for Information Description of the Requirement: The purpose of this announcement is to request white papers from industry regarding USSOCOM's Joint Geospatial Analytic Support Services (JGASS) requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. At this time, USSOCOM anticipates conducting a full and open competition in the late 2nd Qtr. or 3rd Qtr. of 2020. The purpose of this Request for Information (RFI) is to conduct market research, which will be used to plan and implement an acquisition strategy to procure services relating to Geospatial Imagery analysis. USSOCOM is seeking Interested Vendors, or teaming ventures, which have the ability to provide 250-300 Full Time Equivalents (FTE) with security clearances at the Top Secret/Sensitive Compartmented Information (TS/SCI) level who have the proven capability to support enterprise level Processing, Exploitation, and Dissemination (PED) of imagery related intelligence utilizing a variety of advanced geospatial analysis techniques through the development and operation of an enterprise Geospatial architecture that includes multiple GEOINT systems and data sets. Analysts will be expected to produce regional and/or extremely detailed analytical products to support the Special Operations Find, Fix, Finish, Exploit, and Analyze targeting methodology using Full Motion Video (FMV) PED/Imagery (IA)/Geospatial (GA) analysis from air, space, ground, and maritime Intelligence, Surveillance, and Reconnaissance (ISR) assets. Analysts will also be expected to perform traditional and advanced PED on electro-optical, infrared, radar, and still frame imagery. Further, Analysts will be expected to work with Measurement and Signature Intelligence and datasets tailored to support Special Operations. Analysts will be trained and expected to deploy as ISR tactical controllers. Support is provided at both permanent facilities and deployed locations in order to accomplish priorities and tasks as described below. Other Skills/ Experience� of FTEs Includes: a.� Proficiency in utilizing basic computer applications and intelligence related automation to support analytical efforts and product development. b.� Strong briefing skills and capability to effectively directing subordinate analysts in the accomplishment of intelligence products and assessments. c.� Ability to work in a fast paced and high stress environment. Additional Contractor Requirements Include: a. Ability to staff and support a 24x7 work week; including shift work. b. Ability to provide a significant increase or decrease of support in the event of an immediate surge or reduction in requirements. c. Have the ability to provide a dedicated onsite Program Management Team. d. Proof of the Contractor's current Facility Clearance Level (FCL) at the Top Secret level and their Safeguarding Capability showing Secret within the Industrial Security Facility Database (ISFD). e. Ability to transition requirements of similar size and scope. f. Financial resources to maintain payment to subcontracts while USG processes monthly invoices of approximately three months in duration. g. Demonstrated ""back office"" functions to support the effort to include Security, Human Resources,� Recruiting, etc. h. Organic ability to staff a large portion of the requirement at contract award. Interested vendors should submit white papers that do not exceed seven (7) pages that address the following areas: Discuss your experience transitioning a minimum of 200 Geospatial Analysts deployed in CONUS and OCONUS locations. In the absence of experience, describe transition activities of similar magnitude, the nuances, and applicability to the SOF JGASS requirementsin CONUS and OCONUS locations. Describe the number of Imagery Analyst professionals currently employed by your company as a prime or sub-contractor providing geospatial analysis services to the US Government in CONUS or OCONUS locations. Describe your previous and current experience providing Geospatial Analyst 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. Describe your process for recruiting and pre-screening Imagery Analyst 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 that could support this potential effort. Discuss your efforts in assisting the Government in evolving geospatial intelligence capabilities that support innovative efforts towards the advancement of Artificial Intelligence (Al), Machine Learning (ML), and other emerging technologies. To be an Interested Vendor, firms should be registered in SAM under the North American Industry Classification System (NAICS) 541990 (Size standard is $14M), and Interested Vendors must possess a Top Secret Facility Clearance and Secret Safeguarding capability at time of proposal submission. USSOCOM is seeking Interested Vendors with the recent and relevant experience and skill sets described in this RFI. Please note: Recent experience represents the past 3 years and relevant experience is considered to be efforts requiring 200+ FTEs in a similar or related field. 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 paper responses should not exceed seven (7) pages per vendor or teaming joint� venture. The results of this RFI will be used to gather an overview of vendor capabilities and experience in the field of Geospatial Intelligence Imagery Analysis and related disciplines as mentioned above. The current contract is a five-year contract which includes a base one-year period and four, one-year option periods. The Government is contemplating a contract comprised of a one-year base period with four, one-year option periods and three, one-year incentive award term periods. This contemplated contract could comprise a total of eight years if all incentive award terms are earned. **This RFI does not constitute an invitation to bid nor is it a request for proposal. PROPOSALS WILL NOT BE ACCEPTED. This RFI shall not be construed as a commitment by the Government to issue a contract or otherwise pay for the information solicited.** White papers, not to exceed seven (7) pages, should be submitted no later than 2:00pm EST on Friday 06 March 2020 via email to james.goodwin@socom.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d966640d751a4337a2bf16f5c1e55b47/view)
 
Record
SN05561869-F 20200215/200213230137 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.