Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
SOLICITATION NOTICE

B -- Iraq and Global Terrorism Intelligence Analysis Services

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, DIA Bolling AFB, Bolling AFB, Bldg. 6000 AE-2, Washington, DC, 20340-5100
 
ZIP Code
20340-5100
 
Solicitation Number
HHM402-05-R-0013
 
Response Due
4/14/2005
 
Point of Contact
Michael Purnell, Contract Specialist, Phone 202-231-2773, Fax 202-231-2831, - Michael Purnell, Contract Specialist, Phone 202-231-2773, Fax 202-231-2831,
 
E-Mail Address
Michael.Purnell@dia.mil, Michael.Purnell@dia.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation is issued as a Request for Proposal No. HHM402-05-R-0013. This is a small business set-aside. The North American Industry Classification System Code is 541512 (formerly SIC code 7373) at a size standard of $21 million. The Contractor shall provide 2 personnel and all labor necessary to perform the services IAW the Statement of Work entitled "Iraq and Global Terrorism Intelligence Analysis Services" CLIN 0001:Direct Labor: QTY 2 Unit EA Unit Price _________ Extended Cost ________ Other Direct Cost: QTY 1 Unit LT Unit Price _________Extended Cost ________Total Contract Cost ________ Statement of Work for Iraq and Global Terrorism Intelligence Analysis Services 1. PURPOSE: The Defense Intelligence Agency's (DIA) Joint Intelligence Task Force for Combating Terrorism (JITF-CT) proposes to obtain all-source intelligence analysis and collection management services to produce intelligence assessments in support of combating terrorism missions in Iraq and in the Global War on Terrorism. 2 BACKGROUND: The primary mission of the JITF-CT is to provide timely and accurate global terrorism threat intelligence analysis and support to Department of Defense policy-makers and operational commanders at all echelons of command: national, theater, and tactical during peace, crisis, and war whether involved in unilateral, bilateral, or multinational operations. 3. OBJECTIVE: The overall objective of this task involves the Contractor conducting intelligence analysis of all-source information to make intelligence assessments in accordance with requirements defined by the JITF-CT Office of Threat Analysis and Office of Intelligence Operations. 4. PROJECT MANAGEMENT. The Contractor Project Manager shall collaborate with the Contract Officer Representative (COR) to develop and maintain a detailed work plan to include specific tasks, assignments, and schedules. The Contractor shall develop a Project Management Plan (PMP) within 15 calendar days of award of the order resulting from this statement of work (SOW). The Contractor will update the PMP within 5 calendar days after a change is required. The Contractor is responsible for providing appropriate labor skills to accomplish the work. 5. SCOPE OF WORK: The Contractor shall provide two (2) personnel to perform the following tasks for this effort: 5.1 ALL-SOURCE INTELLIGENCE ANALYSIS. The Contractor will perform the required tasks of an intelligence analyst, largely focusing on terrorism intelligence assessments. The analysis will focus on Iraq and other global terrorism concerns. The Contractor will use both classified and unclassified information in the analysis of global terrorism, military and security elements and personnel within these entities. 5.2 INTELLIGENCE COLLECTION REQUIREMENTS. As part of the all-source intelligence analysis activities, the Contractor shall identify intelligence collection gaps and suggest collection resources and/or strategies to address them. 5.3 INTELLIGENCE ASSESSMENT PRODUCTION. The Contractor shall draft intelligence assessments that describe the results of the above analysis, including intelligence gap and collection requirements, formatted under existing JITF-CT product line. The Contractor shall produce the intelligence assessment(s) using Microsoft Word and intelligence briefing(s) using Microsoft PowerPoint. Other software products that are compatible with Microsoft may be used to enhance the author’s products, such as Analyst Notebook and VisuaLinks. Geospatial tools such as FalconView and ARCMap may be required as well for imagery and mapping overlays. The Contractor shall document all information sources and maintain reference lists. The Contractor shall produce a hardcopy and softcopy intelligence assessment in accordance with COR guidance. The Contractor will produce various classification levels for multiple versions of the documents as required by the Government, from Unclassified to Top Secret. 5.4 ALL-SOURCE COLLECTION SUPPORT PRODUCTS. The Contractor shall deliver all-source products as described above and that meet the requirements specified by the CO and the assigned COR. 6. PERIOD OF PERFORMANCE. The period of performance for this contract twelve (12) months from the date of award. Exact dates will be submitted at the time of award. 7. CRITICAL PERSONNEL. The Contractor shall strive to maintain the same team throughout the period of performance on this task. If changes are necessary, the COR must approve the personnel proposed by the contractor. The Contractor shall keep its workforce trained, proficient in the rapidly changing IT disciplines, and knowledgeable about industry/Government best practices. 8. SECURITY REQUIREMENTS. All Contractor personnel shall possess a clearance IAW policies established by DIA Counterintelligence Office (DAC). All security requirements, to include submission of relevant security paperwork, shall be met before any performance related to this SOW is conducted. 8.1. CLEARANCE LEVEL. Contractor personnel shall be US citizens who have been screened by DIA Counterintelligence personnel. Contractor personnel shall possess, at a minimum, an Interim-Top Secret clearance. Contractor personnel will be granted access to information classified up to Top Secret by the Defense Central Clearance Facility for the specific purpose of providing support to JITF-CT. 8.2 SECURITY MANAGEMENT. The Contractor shall maintain, in his/her home office staff, a manager who posses Top Secret (TS) with access to Special Compartmented Information (TS/SCI). The Contractor shall make that manager available at the request of the Government for the purposes of coordination with Government-designated military intelligence personnel on any issues related to Contractor personnel duties that may require discussions at the TS/SCI level and to provide escort for their personnel into DIA Sensitive Compartmented Information Facilities. 8.3 DISCLOSURE OF INFORMATION. Performance under this contract may require the Contractor to access data and information sensitive to a government agency, another government Contractor, or of such nature that its dissemination or use other than as specified in this work statement would be adverse to the interests of the Government or others. Any question on the release of information or doubt of a person’s authority requesting the information shall be addressed to or reported to the Contracting Officer or the COR. Contractor Personnel will be required to execute SF 312, Non-Disclosure Agreement as a condition of employment. 9 RESUMES: The Contractor shall submit resumes of all personnel proposed for this effort. The Government reserves the right to review resumes and employee qualifications prior to acceptance of individuals for assignment. 10 REQUIRED TRAVEL: The Contractor may be required to travel to Government or industry sites located worldwide. The contractor is responsible for the administration of all travel costs. Travel expenses will be based on the current Joint Travel Regulation for all employees. The Contractor will be required to provide original receipts to the COR for reimbursement of all Other Direct Costs (ODC). The COR will not certify payment for ODC without first viewing and verifying the original receipt(s) for the requested reimbursement. 11. DELIVERABLES AND DELIVERY SCHEDULE: The contractor shall provide deliverables as requested by the government. 11.1 PROGRAM MANAGEMENT PLAN (PMP). The Contractor shall deliver a program management plan within 15 days after the award of the order resulting from this SOO. The program management plan shall define each study's format, scope, and analysis and production process schedules and costs. 11.2 GLOBAL TERRORISM INTELLIGENCE ASSESSMENTS. The Contractor shall deliver global terrorism intelligence assessments at required classification levels as specified by the COR. Each assessment shall be delivered in hardcopy and in Microsoft Word and adhere to DIA format and standards. 11.3 GLOBAL TERRORISM INTELLIGENCE BRIEFINGS. The Contractor shall deliver intelligence briefings at each required classification level as specified by the COR. Each briefing shall be delivered in hardcopy and in Microsoft PowerPoint and adhere to DIA format and standards. 11.4 ALL-SOURCE COLLECTION SUPPORT PRODUCTS. The Contractor shall deliver all-source collection support products as described in paragraph 5.4 and that meet the requirements specified by the COR. 11.5 PROJECT STATUS. The Contractor shall deliver a monthly project status to the COR. The project status shall include issues that could affect cost, schedule, or performance. The Contractor shall deliver a final status report. 12 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/DATA: The Government will provide workspace, office equipment, supplies, and connectivity to meet the requirements of the work that will be done at the Government’s facility. The COR will provide format, content, and classification guidance for all production. CRITERIA FOR CONTRACT AWARD: Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value to the Government, price and other factors considered. The Government may award a contract on the basis of initial offerors received, without discussions. Therefore, each initial offer should contain the Offeror’s best terms from a cost and technical standpoint. Relative weight. Non-price factors (Security, Technical and Past Performance), when combined, are more important than price. Of the non-price factors, security, is more important than technical and past performance. Technical is more important than past performance. The importance of price in the evaluation for award will increase as the relative differences in non-price factors of offerors decreases. The highest possible rating is Excellent, with the lowest possible rating being unacceptable. (1) Security. The Security Factor consists of the subfactors listed below. These factors will be evaluated on a "Pass/Fail " basis. Subfactors are listed in descending order of importance. (i) Each offeror and its employees must possess a current (U.S.) TS/SCI security clearance. Offerors must provide proof of security clearance status. (ii) The Government shall evaluate each Offeror’s ability to provide TS/SCI cleared personnel consistent with the Government's timing needs. (2) Technical. The Technical Factor consists of the subfactors listed below. Subfactors are listed in descending order of importance. (i) The Government shall evaluate each Offeror’s ability to conduct research and analysis of complex terrorist organizations, activities and networks in the Mid-East region. (ii)The Government shall evaluate each Offeror’s knowledge and understanding of methodologies and techniques associated with evaluating terrorist organization and network capabilities and identifying vulnerabilities. (iii)The Government shall evaluate each Offeror’s ability to prepare complex analytic intelligence products, with a focus on events, networks, and groups in the Middle East. (iv)The Government shall evaluate each Offeror’s evidence that they have devoted a maximum level of effort to the task in terms of man-hours and specialized expertise. (3) Past Performance. The Past Performance factor will be used to determine the risk of non-performance, defective performance, and/or late performance by evaluating each Offeror’s reported quality of work and relevant experience with the type of services being solicited. In evaluating past performance, the Government may contact some or all of the references provided by the offeror and may contact other sources of information. The Government may evaluate the past performance of the Offeror’s proposed key subcontractors, predecessor companies, or key personnel who have relevant experience to the extent warranted. Only relevant experience will be considered for past performance purposes. An offeror with no record of relevant past performance will be given a "neutral" rating for past performance. To assess reported quality of work and relevant experience with the type of product and services being solicited, the offerors shall submit at least three (3) sources, and include a POC name, phone number, contract number (if appropriate) and brief description of position. (4) Cost/Price. This factor will evaluate the cost quotation to determine price analysis, price reasonableness, and price realism of the proposed total evaluated price.(e) A definition of the evaluation ratings is as follows: Excellent - The Contractor's proposal provides evidence that the Government can expect superior performance of the tasks and deliverables listed in the Statement of Work, with minimal risk of substandard performance. An excellent rating indicates that the proposal contains significant strengths and few or no weaknesses. Good - The Contractor's proposal provides evidence that the Government can expect performance of the tasks and deliverables listed in the Statement of Work to meet standards, with moderate risk of substandard performance. A good rating indicates that the proposal contains a number of strengths, but also some weaknesses. Marginal - The Contractor's proposal provides evidence that the Government can expect minimal performance of the tasks and deliverables listed in the Statement of Work, with excessive risk of substandard performance. A marginal rating indicates that the proposal contains strengths, but also significant weaknesses. Unacceptable - The Contractor's proposal provides evidence that the Government can expect substandard performance of the tasks and deliverables listed in the Statement of Work, with extreme risk of substandard performance. An unacceptable rating indicates that the proposal may present some strength, but it also contains significant and important weaknesses. The following FAR PROVISIONS are herby incorporated into 52.212-1, Instructions to Offerors-Commerical Items FAR 52.212-3 OFFERORS REPRENSENTATION and CERTIFICATIONS-COMMERICAL ITEMS (JAN 2005) ALT I (APR 2004). Offerors must complete and submit a copy of 52.212-3 ALT I in their proposal. FAR CLAUSES: 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERICAL ITEMS is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52,204-6, 52.204-7, 52.212-2, 52.216-1, 52.219-8, 52.222-26, 52.224-1, 52.224-2, 52.228-5, 52.232-17, 52.232-33, 52.237-3, 52.242-13, 52.242-15, 52.243-1, 52.246-4, 52.249-4, 52.249-8, DFARS 252.201-7000 FAR CLAUSES 52-212-5, CONTRACT TERMS AND CONDITIONSREQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.232-33. To be eligible for award all offerors must be registered in the Central Contractor Registration All questions/inquiries concerning the RFP document must be submitted in writing by close of business on 6 April, 2005 to Michael.Purnell@dia.mil. Do not mail any questions/inquires. Offerors may fax questions/inquiries to (202) 231-2831; Attn: Michael G. Purnell. You must confirm receipt of your faxed questions/inquiries Ph: (202) 231-2773. All RFPs (1 original and 3 copies) are due NLT 14 April 2005, 2:00 PM EST. E-mail, fax or hand deliver your proposals. Only firm-fixed priced orders will be evaluated. To retrieve the following attachments: Past Performance Questionnaire, DD254, SF 312 Non-disclosure statement, instructions to prepare proposals, and for more information regarding this requirement refer to presolicitation notice HHM402-05-R-0013-A. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DIA/Bolling/HHM402-05-R-0013/listing.html)
 
Place of Performance
Address: 200 MacDill Blvd., Bldg 6000 Bolling Air Force Base Washington, DC
Zip Code: 20340-5001
 
Record
SN00799565-F 20050504/050502212844 (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.