Search Contract Opportunities

NOTICE OF INTENT TO AWARD A SOLE SOURCE _ Technical Network Analysis Group – Container   2

ID: FA4890-22-RCN10 • Type: Special Notice
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
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

NOTICE OF INTENT TO AWARD A SOLE SOURCE

1. The Government intends to award a sole source contract to Vedo Corporation for the Department of Defense (DoD) Counternarcotics Enterprise Technical Network Analysis Group Container (TNAG-C), FA4890-22-RCN10 in Pursuant to Federal Acquisition Regulations (FAR) 6.302-1 10 USC 2304(c)(1).

2. As directed by the Deputy Assistant Secretary of Defense for Counter Narcotics and Stabilization Policy (DASD-CN&SP), the contractor will be required to provide non-personal services to detect and monitor illicit maritime narcotics trafficking and associated networks on a global scale, herein referred to as the Technical Network Analysis Group - Container (TNAG-C). TNAG-C will be a Department of Defense (DoD) Counternarcotics enterprise-level, integrated service which supports requirements from DASD CN&SP funded components [all six Combatant Commands (CCMDs) and all Areas of Responsibilities (AORs)]. The Office of Naval Intelligence (ONI), Kennedy Maritime Analysis Center (KMAC) is the primary organization responsible for the TNAG capability due to their global maritime mission. The new Technical Network Analysis Group - Container (TNAG-C) enterprise acquisition meets global emerging challenges in illicit narcotics trafficking and counter-transnational organized crime operations, providing multi-Combatant Command (CCMD) solutions in support of the Deputy Assistant Secretary of Defense, Counter-Narcotics and Stabilization Policy (DASD-CN&SP).

3. The scope/objective of this requirement is to develop a new DoD organic, independent, integrated, fully manned, IP web-based communication technical analysis capability within its Counter Narcotics Department (CN Department) to detect and monitor global suspected/confirmed, illicit maritime containerized cargo movements. TNAG-C focuses on analysis of historical Internet Protocol (IP) flow information to produce leads for U.S. and Partner Nation law enforcement action against maritime illicit narcotics trafficking. The contractor required services shall include - the identification, processing, analysis, comprehension, and profiling of illicit indicators associated with historic web-based IP communication transactions. The transactional analysis is fused/correlated with other sources of information contained within classified and unclassified data repositories for All-Source analysis/production.

4. The principle places of performance will be at the National Maritime Intelligence Center (NMIC) in Suitland, Maryland and at the United States Customs and Border Protection's National Targeting Center (NTC) in Sterling, Virginia.

5. The Government plans to award a sole source contract with Firm-Fixed-Price Level of Effort and direct reimbursable contract line item numbers (CLINs). The period of performance shall be a twelve-month base period (transition included), plus three (3) twelve-month option periods (1-3) and option period four will be six (6) months, based on development of the organic communication technical analysis capability. An award date is slated for late December 2022 with actual performance commencing on 20 March 2023.

6. 10 USC 3204 (formerly 10 USC 2304) and FAR 6.302-1 (a)(2)(i) Only One Responsible Source - No Other Supplies or Services Will Satisfy Agency Requirements." Only one awardee is capable of providing the supplies or services at the level of quality required because the supplies or services ordered are unique or highly specialized. This requirement was derived from prior efforts under a separate contract, in which Vedo Corporation developed a unique analytic methodology for identifying indications of illicit trafficking activity via maritime shipping containers through the monitoring and profiling of historic (recorded) Internet Protocol (IP) communication patterns. Vedo developed highly-specialized Tactics Techniques and Procedures (TTPs) to analyze and fuse historic Internet transaction data sources, to characterize IP port and protocols, to identify threats/activities inconsistent with non-criminal maritime shipping, and to identify and target shipping containers suspected of containing illicit commodities. Due to the complexity, highly technical algorithms and coding language, and immense volume of the recorded data sources, the TTP development of this process for the prior contract spanned three years. Considering Vedo Corporation's internal processes/experience in analyzing millions of records, they are the only company that the Government has identified as capable to meet the related, new multi-CCMD requirements and development of the DoD-organic, independent capability. Other sources did not identify capability or understanding regarding IP flow analysis, using historic IP transaction records (a critical aspect of the requirement). Other sources could not feasibly meet the requirement without significant duplication of investment, risks of incompatibility, and without risk of mission degradation/failure meet exigent mission requirements (mid-March 2023, as set forth by DASD-CN&SP).

7. This is not a request for proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. If applicable, this information can be submitted to Ms. Edna Johnson-Smith at edna.johnson_smith@us.af.mil and Ms. Sherrita Muse at sherrita.muse@us.af.mil. The Capability Statement should include general information and technical background describing your firm's experience requiring similar efforts to meet the program objectives and be no longer than three (3) pages in length. If you plan to submit a proposal or quotation, your page limitation shall not exceed a total of five (5) pages. All responses to the subject must also include the following: 1) Points of contact, addresses, email addresses, phone numbers, 2) Identification of the business size. Please note that size indicated should be based on the NAICS code for this effort, 3) Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone, 4) Identify your company CAGE Code and DUNS Number. Interested parties must respond no later than thirty (30) calendar days after the date of this publication.

8. The applicable North American Industry Classification System (NAICS) for this effort is 541990 with a size standard of $17M.

9. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTES. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. A determination not to compete this proposed contract action is solely within the discretion of the Government.

Overview

Response Deadline
Dec. 14, 2022, 10:00 a.m. EST Past Due
Posted
Nov. 15, 2022, 10:04 a.m. EST
Set Aside
None
PSC
None
Place of Performance
USA
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Fixed Price; Fixed Price Incentive;
Est. Level of Competition
Sole Source
On 11/15/22 Air Combat Command issued Special Notice FA4890-22-RCN10 for NOTICE OF INTENT TO AWARD A SOLE SOURCE _ Technical Network Analysis Group – Container due 12/14/22.
Primary Contact
Name
Sherrita Muse   Profile
Phone
None

Secondary Contact

Name
Edna Johnson-Smith   Profile
Phone
None

Documents

Posted documents for Special Notice FA4890-22-RCN10

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Special Notice FA4890-22-RCN10

Contract Awards

Prime contracts awarded through Special Notice FA4890-22-RCN10

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice FA4890-22-RCN10

Similar Active Opportunities

Open contract opportunities similar to Special Notice FA4890-22-RCN10

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > AMIC > FA4890 HQ ACC AMIC
FPDS Organization Code
5700-FA4890
Source Organization Code
500042962
Last Updated
Dec. 15, 2022
Last Updated By
sherrita.muse@us.af.mil
Archive Date
Dec. 15, 2022