Search Contract Opportunities

Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001)   2

ID: H92402-24-R-0001 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 24, 2024, 9:55 a.m. EDT

Edited to add on 10/24/2024:

The password for Attach 3 ISSJ Pricing Template R1 is 2024issj.

Any modifications or updates made to the information must be clearly annotated and documented.

In accordance with M.6.2.2 Offerors are responsible for the accuracy of the data and any associated formulas/calculations

------------------------------------------------------------------------------------

Amendment 0001 to solicitation H9240224R0001 is for the following purpose:

Extend proposal due date to 06-Nov-2024 12:00 P.M. in accordance with Section L (Amendment 1).

Provided RFP Comment Matrix with answers.

Provided Amended SF33, SOW, Pricing Matrix, Section L, Past Performance Relevancy Matrix, Section M and CDRLs in response to vendor questions.

------------------------------------------------------------------------------------

Requirement: 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**.

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.

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.

Important Information: This solicitation contains provision and clauses DFARS 252-204-7012 Safeguarding Covered Information and Cyber Incident Reporting (DEVIATION 2024-O0013, REVISION 1), DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, and DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.

The SOW and DD254 are CUI documents. Only those entities registered in SAM.gov under NAICS 541990 with a 110 NIST SP 800-171 Assessment score will be granted access to the SOW and DD254.

Accessing the SOW and DD254.

If your entity is planning to bid on this requirement, your entity will need to request access to the controlled documents in SAM and email the Contracting Officer and Contracting Specialist proof of your 110 NIST SP 800-171 DoD Assessment score and proof of your 541990 NAICS code.

Your email should have your entity's name and ISSJ-3 in the subject line. Your attachments should be labeled CompanyName_NIST and CompanyName_NAICS.

Please note that after emailing proof, you must still request access in SAM.gov. Once logged in, click the request access button in the Attachments/Links section of the announcement. In your SAM request reference your Company Name, SAM CAGE Code, and Date of email with NAICS and NIST proof.

Questions and Due Date:

Questions are due Wednesday, 2 October 2024 at 1300 Eastern Standard Time (EST).
Proposals are due in accordance with Section L on Wednesday, 6 November 2024 at 1200 EST.

This Notice of solicitation shall not be construed as a commitment by the United States Government. 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 an award. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this information or these activities.

Posted: Oct. 23, 2024, 2:29 p.m. EDT
Posted: Sept. 24, 2024, 5:16 p.m. EDT
Background
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 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 worldwide. 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. The contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing.

Work Details
The contractor shall perform all labor efforts necessary to meet the requirements outlined in the Statement of Work included in Section J of this IDIQ. Key tasks include:
1. Provide comprehensive intelligence services across various domains such as ASIA, HUMINT, SIGINT, OSINT, etc.
2. Conduct strategic, operational, and tactical analysis for military and humanitarian missions.
3. Offer expertise on VEOs, TCOs, SIAs, CWMD, and Integrated Deterrence.
4. Deliver Contract Data Requirements List (CDRL) A001 – A012 as specified in the SOW.
5. Manage Other Direct Costs and Travel related to deployed personnel.
6. Ensure compliance with clauses regarding safeguarding covered information and cyber incident reporting.

Period of Performance
The contract period of performance spans from July 16, 2025 to July 15, 2030 for initial tasks with options extending until July 16, 2035.

Place of Performance
The work will be performed in various locations including CONUS: National Capital Region (NCR), North Carolina, Georgia, Virginia, Washington; OCONUS Rotational: CENTCOM AOR, AFRICOM, INDOPACOM, and other Combatant Commands as needed.

Overview

Response Deadline
Nov. 6, 2024, 12:00 p.m. EST (original: Nov. 4, 2024, 12:00 p.m. EST) Past Due
Posted
Sept. 24, 2024, 5:16 p.m. EDT (updated: Oct. 24, 2024, 9:55 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19.5 Million
Pricing
Cost Plus Fixed Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
53% of obligations for similar contracts within the U.S. Special Operations Command were awarded full & open.
On 9/24/24 U.S. Special Operations Command issued Solicitation H92402-24-R-0001 for Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001) due 11/6/24. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 541990 (SBA Size Standard $19.5 Million) and PSC R423.
Primary Contact
Name
LTC Marsha Leventry, Contracting Officer   Profile
Phone
None

Secondary Contact

Name
Amy Jaskela, Contracting Specialist   Profile
Phone
None

Documents

Posted documents for Solicitation H92402-24-R-0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation H92402-24-R-0001

Incumbent or Similar Awards

Contracts Similar to Solicitation H92402-24-R-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation H92402-24-R-0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation H92402-24-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > US SPECIAL OPERATIONS COMMAND (USSOCOM) > HQ USSOCOM
FPDS Organization Code
97ZS-H92402
Source Organization Code
500019577
Last Updated
Nov. 21, 2024
Last Updated By
amy.c.jaskela.civ@socom.mil
Archive Date
Nov. 21, 2024