SOLICITATION NOTICE
R -- Intelligence Support Services Joint III � Synopsis (H92402-24-R-0001)
- Notice Date
- 8/13/2024 12:30:42 PM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- H92402ISSJIII0005
- Response Due
- 8/28/2024 1:00:00 PM
- Archive Date
- 09/12/2024
- 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
- Intelligence Support Services Joint III � Synopsis (H92402-24-R-0001)� This notice shall not be construed as a commitment by the United States Government (USG). It does not obligate the Government to reimburse any cost associated with preparation and/or submission of a response, nor does this notice guarantee the Government will issue a Solicitation / RFP or award your company a contract to provide these services. Respondents are advised that the USG will not pay for any information or administrative costs incurred in response to this information or these activities. This notice does not require any responses. Interested vendors are encouraged to monitor SAM.gov for RFP release.� The United States Special Operations Command (USSOCOM) Directorate of Procurement, on behalf of USSOCOM Program Executive Office � SOF Warrior (PEO-SW), is considering the RFP release for Intelligence Analyst Support services.� � The proposed contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing. The estimated Full Time Equivalents (FTE) for this effort is 270. The Government intends to conduct a competitive procurement through a Service-Disabled Veteran Owned Small Business (SDVOSB) set aside and award according to Best Value Source Selection Procedures. The primary NAICS code for this effort is: 541990.�� The RFP is anticipated to be released on or around 28 August.�� Questions will be due one week after RFP release and proposals will be due approximately 45 days from RFP release.�� Anticipated CLIN Structure:� First Ordering Period (5-year Ordering Period)� CLIN 0001 � Labor - CPFF� CLIN 0002 � ODCs/Travel � Cost� CLIN 0003 � CDRLs� - NSP� Option Ordering Period (Up to an additional 5-year Ordering Period)� CLIN 1001 � Labor - CPFF� CLIN 1002 � ODCs/Travel � Cost� CLIN 1003 � CDRLs� - NSP� 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 (ASIA), Human Intelligence (HUMINT), Signals Intelligence (SIGINT), Open-Source Intelligence (OSINT)**, Targeting Intelligence, Counter Intelligence (CI) 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**.?� Place of Performance: CONUS: National Capital Region (NCR), North Carolina, Georgia, Virginia, and Washington. OCONUS Rotational: CENTCOM AOR, AFRICOM, INDOPACOM, and other Combatant Commands as needed.??�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/507fce89d3a14e2cb803f1d9ed1319a8/view)
- Record
- SN07167948-F 20240815/240813230119 (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 |