Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

R -- Open Source Intelligence (OSINT) Support

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H9222-04-R-0036
 
Response Due
6/18/2004
 
Point of Contact
David Johnson, Contract Specialist, Phone 813-828-7448, Fax 813-828-7504, - Karene Spurlin, Contracting Officer, Phone 813-828-7356, Fax 813-828-7504,
 
E-Mail Address
johnsod@socom.mil, spurlik@socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
It is the Government?s intent to award an commerical contract for a one year period with two one year options. The following is the modified combined synopsis/solicitation: The U.S. Special Operations Command intends to award a 12-month contract based on best value. This procurement is intended to provide USSOCOM with a source to provide Open Source Intelligence (OSINT) Support. This is a combined synopsis/solicitation for commercial services to perform technical surveillance curriculum development and instruction prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being issued under request for proposal number H92222-04-R-0036. A firm fixed price contract is contemplated. The Government intends for this solicitation to result in award of one base year contract with two one year options. The total contract shall not exceed 36 months. This procurement is a 100% set-aside for small business. The NAICS code is 519190 and small business size standard is 500 employees. *** BEGIN STATEMENT OF WORK (SOW) *** Submitted proposals will be evaluated based on the following: GENERAL. The contractor shall provide all personnel and services necessary to perform Special Operations Open Source Intelligence Support (OSINT) for USSOCOM. - Statement of Work - 1. Scope and Tasks 1.1.1. The Contractor shall provide service to consult on, and to create Open Source Intelligence (OSINT) products and services as required by the US Special Operations Command (USSOCOM). Such products and services can include, but are not limited to: 1.1.2. Rapid-response deep Internet and commercial (fee for service) research 1.1.3. Acquisition of specified overtly available information products and data services 1.1.4. Procurement of Russian military maps and other forms of geospatial information 1.1.5. Translation of foreign language materials in 29 languages 1.1.6. Providing OSINT training or advisory services 1.1.7. Conduct survey of foreign terrorist, guerilla and insurgent groups on the Internet and newsgroups within the indexed and un-indexed World Wide Web (WWW). Searches will be conducted in multiple languages to ensure comprehensive coverage. The Contractor, at a minimum, will search in various dialects of English, French, Spanish, Chinese, Farsi, German, Korean, Russian, Italian and Arabic. 1.1.8. Conduct research and provide data emphasizing the capabilities of foreign Government Special Operations Forces (SOF) 1.1.9. In direct support of the command?s continuous watch of emerging issues/unrests worldwide, the contractor must be capable of providing (within 48 hours of receiving tasking) a short Executive Summary on such developing activity. Each product will be in a format allowing immediate access and use by the Government. 1.1.10. Such other task as may be appropriate, to include the preparation of force protection information, CINC travel books, defense biographies on foreign nationals, international business profiles, technology updates on areas of interest to special operations forces, and/or any other tasks that can be accomplished in the OSINT arena. 1.1.11. Produce four regional open source intelligence reports (Africa, Central Asia, Latin America & Caribbean, Pacific Rim), and one special operations functional report every week. Each regional report will contain media reporting in the following four categories: Crime, Instability, Security Forces, and Foreign Affairs). Each report will contain 35-40 articles obtained from local (in-country) media sources. The special operations functional report will contain media reporting in the following categories: Weapons of Mass Destruction (WMD), Information Warfare (IW), and Foreign Special Operations Forces. 1.2. Administrative Tasks 1.2.1. All deliverables will become the property of the US Government. All products will be translated into English (US) prior to dissemination. Deliverables will be submitted in a full range of hard copy, soft copy, CD-ROM, 3.5? Floppy Diskette, audio and video (NTSC, VHS) format. All CD-ROM products will be designed to run without having to be downloaded to the hard drive of the customer?s computer. Other formats may be required and acceptable, however, prior US Government coordination and approval is required. 1.2.2. The Contractor shall provide USSOCOM with an unlimited, unrestricted copyright for electronic and hardcopy dissemination of copies of any developed materials to all elements of the Command including assigned foreign military personnel. 1.2.3. To help ensure the completeness of the work, the Contractor shall provide the customer with the methodology used to achieve the results for each report/product. This methodology will identify search techniques, search engines, sources, and any other data relevant to ensuring completeness in the search process. Discuss in detail how foreign language searches were conducted. When applicable, provide a summary of both the strengths and weaknesses of the search conducted as well as any outstanding points regarding known shortfalls that could influence the analytic product. 1.2.4. The Contractor shall provide a monthly cost report detailing all work completed, the respective labor category work charges and balance of services available to the Government. 1.3. Performance Considerations 1.3.1. Period of Performance: 1 July 2004 ? 30 June 2005, with two subsequent option years. 1.3.2. Place of Performance: Work performed under this contract shall take place at various Contractor and USSOCOM locations. 1.3.3. Security Classification and Clearance Requirements. Work performed under this contract shall be UNCLASSIFIED. Most requirements and facts of USSOCOM interest are unclassified; however there are some documents that may be classified up to TOP SECRET. All requirements should be treated as sensitive information and should not be divulged to any other individual, contractor, and/or organization without prior approval of the Government. The Program Manager and select key personnel should have TOP SECRET clearances and be eligible for SI/TK access as necessary. The fact that you have a contract with USSOCOM may be stated, but you may not disclose the nature of any products or the requestor without specific prior approval by the Government. 1.3.4. Government Ownership. All information derived from this contract belongs to the US Government. The Government shall have an unrestricted unlimited copyright, both electronic and hardcopy, for all materials. 1.4. Personnel 1.4.1. Key personnel. The US Government prefers that the same subject matter expert serve as the Program Manager. At the same time, the US Government desires to identify and utilize the ?best in class? experts in specific subject matter areas. 1.4.2. Personnel Qualifications. Key personnel must have, in combination, substantive experience in preparing and reviewing all-source intelligence products; and substantive experience in open source intelligence theory and practice as demonstrated through international conferences, publications, contracts and standing. At least one of the key personnel must have prior experience in preparing training materials for the Joint Military Intelligence Training Center. Prior special operations experience will be a significant factor in supporting the requirements of this SOW. 1.5. Quality Assurance 1.5.1. The USSOCOM SOIO Technical Representative (TR) will perform oversight of the OSINT MTT POI and program by utilizing selected analysts and selected members of the USSOCOM Training Council to review and comment upon the draft materials and audit training in progress. 1.5.2. The TR will provide the contractor with email and faxed comments, all of which will be factored into the program by the Contractor. 1.6. Deliverables. 1.6.1. OSINT Products, to be defined on a time and material basis as required and tasked by USSOCOM OSINT Personnel. 1.6.2. OSINT Services, to be defined on a time and material basis as required. 1.6.3. OSINT Training, to be defined on a time and material basis as required. 1.6.4. All electronic deliverables will be certified as virus-free and in full compliance with applicable copyright regulations imposed by all open sources and intermediary service providers. 1.6.5. All products will be prepared in XML/HTML format for electronic posting and dissemination. 1.7. Acceptance. Deliverables may be accepted by either Mr. Benjamin M. Harrison, SCSO-J2-ORO, 813-828-4156, or Ms. Lori Lofts, SCSO-J2-ORO, 813-828-0883, pending USSOCOM Intelligence Support Group concurrence. ***** Begin Instructions to Offers ***** INSTRUCTIONS TO OFFERORS Background: This instruction to offerors gives specific guidance to assist in the preparation of the proposal against the Statement of Work (SOW) for open source intelligence (OSINT) support to the United States Special Operations Command (USSOCOM). Proposal Page Limitation: Limit your technical proposal to a max of ten (10) pages for the technical approach, excluding resumes. Resumes should be limited to two (2) pages. The price proposal is unlimited pages. *** BEGIN 52.212-2 ADDENDUM - EVALUATION FACTORS *** Proposal Format: The proposal will be submitted as follows: (i) Volumne 1 ? Technical/Management approach to accomplish the task (ii) Volumne 2 - Price Proposal (iii) Volumne 3 - Past Performance Evaluation Statement: The offeror's proposal will be evaluated on their technical/management approaches capability to meet US Government objectives. In particular the following will be evaluated for technical/management. a) Demonstrates and identifies experiences and core competencies with expertise OSINT methodologies. b) Demonstrates competence to the SOW requirements c) The skills, experience and education of the offeror's key personnel will also be evaluated to determine their capability to meet the US Government's requirements. A well defined, integrated technical/management approach and skilled key personnel is substantially more important than cost. Price/Cost will be evaluated as follows. Cost/Price will be evaluated to determine whether the offeror understands the requirements and risks inherent in the scope of work. In addition, Cost/Price will be evaluated to determine the feasibility of performing all the terms and conditions of the offer within the total price proposed by the offeror. Direct Labor shall be identified but labor grade total time estimated and loaded charge per hour. Any other expense proposed needs to be fully explain and detailed. Cost will be evaluated for completeness, reasonableness and a total evaluated price for the entire length of contract. When evaluating cost, the Government will determine if: the proposed cost reasonable for work to be performed; reflect a clear understanding of the requirements of the solicitation; and is consistent with approaches contained in the Offeror's /technical proposal Past Performance The Past Performance evaluation includes the Offeror's performance in cost, schedule, and the administrative aspects of performance; the Offeror's history for reasonable and cooperative behavior and commitment to customer satisfaction. The offeror?s are required to submit up to three references for relevant work. Point of Contact Phone Number Contract Number Type of Contract Service Performed The evaluation will consist of a review of the submitted proposals to determine whether or not the proposals comply with all solicitation requirements identified in the Statement of Work (SOW). Failure to meet all solicitation requirements may result in elimination from further evaluation and consideration. Technical is more important than the price and past performance combined. Award will be made to the offeror whose proposal represents the best value to the Government, considering the factors set forth in this solicitation. *** End of addendum *** Period of Performance: 1 July 2004 through 30 June 2005 with two subsequent option years. Estimated Labor Requirements: The government estimates this task order will take approximately 1,508 man-hours of effort per year. Security: All individuals that are proposed for support must be cleared at the SECRET level. Contractor?s clearance must be active to immediately begin support activities on 1 July 2004. *** BEGIN CONTRACT LINE ITEMS *** Schedule B Unit Price Extended CLIN 0001 ? Labor in support of OSINT, IAW the SOW _______ x 12 Months ________ (FFP) CLIN 0002- Contract Data Requirements List, DD1423 ((Not Separately Priced (NSP)). Data may be required as requested by the Government. All are electronic submission. OPTION Period ? First option period ? 1 July 2005 ? 30 June 2006. CLIN 0101 ? Labor in support of OSINT, IAW the SOW _______ x 12 Months ________ (FFP) CLIN 0102 - Contract Data Requirements List, DD1423 ((Not Separately Priced (NSP)). Data may be required as requested by the Government. All are electronic submission. OPTION Period ? Second option period ? 1 July 2006 ? 30 June 2007. CLIN 0201 ? Labor in support of OSINT, IAW the SOW _______ x 12 Months ________ (FFP) CLIN 0202- Contract Data Requirements List, DD1423 ((Not Separately Priced (NSP)). Data may be required as requested by the Government. All are electronic submission. ** BEGIN CONTRACT CLAUSES *** 52.212-1 Instructions to Offerors; 52.212-1 Addendum - Specific Instructions to Offerors; 52.212-2 Evaluation; 52.212-3 Certifications & Representations; 52.212-4 Contract Terms & Conditions; 52.212-5 FAR Checklist to Implement Statutes; 252.212-7000 Certifications & Representations; 252.212-7001 DFARS Checklist to Implement Statutes; 52.217-5 Evaluation of Options 52.217-8 Option to Extend *** All responsible sources may submit a proposal, which will be considered by USSOCOM. All communications regarding this procurement, INCLUDING all requests for technical information for Technical Surveillance Training services, must be in writing and submitted via email to David Johnson at johnsod@socom.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 12, effective as of 24 Jan 2003. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements - you must clearly Identify how your proposal meets ALL solicitation requirements. The Government intends to award a contract without discussions. However discussions may be held if determined needed. Proposals are due no later than 16 Jul 2004 at 1200 hours EST and shall be delivered as follows: Complete proposals, shall be delivered to the contracting office as follows: the proposal shall be in electronic format, submitted on a WORD document to johnsod@socom.mil Offerors may also submit CDROM to: USSOCOM ATTN: SOAL-KB (David Johnson); Building 7701 Tampa Point Blvd; MacDill AFB, FL 33621-5323; delivery POC phones: 813-828-6877.
 
Place of Performance
Address: USSOCOM, ATTN:SOAL-KB, 7701 Tampa Point Blvd, Macdill AFB, Fl
Zip Code: 33621-5323
Country: USA
 
Record
SN00598573-W 20040606/040606111736 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.