Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

R -- Integration of DOD Data to Terrorist Watchlist Phase II

Notice Date
8/18/2005
 
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
HHM4-2-05-R-0042
 
Response Due
9/7/2005
 
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 (RFP) No. HHM402-05-R-0042. This is a unrestricted RFP. The North American Industry Classification System Code is 541512 (formerly SIC code 7373). Period of Performance: 1 work year. CLIN 0001: The Contractor shall provide eleven (11) personnel and all labor necessary to perform and complete all services IAW the Statement of Work entitled, ?Integration of DoD Data to Terrorist Watchlist Phase II?. Direct Labor CLIN 0001AA Provide two (2) Analysts to work at the Government?s site (NMEC or DIAC) QTY 1 LT Unit Price _________ Extended Cost ________ CLIN 0001AB Provide nine (9) Analysts to work at the Contractor?s site QTY 1 LT Unit Price _________ Extended Cost ________ CLIN 0001AC Other Direct Cost: QTY 1 Unit LT Unit Price _________Extended Cost ________Total Contract Cost __________. Statement of Work For Integration of DoD Data to Terrorist Watchlist Phase II 1. PURPOSE. The Defense Intelligence Agency's (DIA) Joint Intelligence Task Force for Combating Terrorism (JITF-CT) proposes to obtain all-source intelligence analysts to identify and integrate Defense derived data into the Terrorist Screening Center administered Terrorist Screening Database via the National Counterterrorism Center (NCTC) in support of its combating terrorism and defense of the Homeland missions. The Contractor personnel will work with the Government to achieve this objective. 2. BACKGROUND. The primary mission of the JITF-CT is to provide timely and accurate global terrorism threat intelligence 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. As such, JITF-CT intelligence analysts are responsible for all aspects of Tier 1 Terrorist groups and are responsible for ensuring Defense data is integrated into other US roles and mission, to include watchlisting. 3. OBJECTIVE. The overall objective of this task involves the Contractor conducting intelligence analysis of Defense intelligence data to identify known or suspected terrorists and nominate these to NCTC for entry into the TIDE database, for inclusion in the NCTC Terrorist Identities database, and for onward movement of the information to the Terrorist Screening Center (TSC), to include nominations for no-fly or selectee lists as indicated by provided criteria. 4. SCOPE OF WORK. The Contractor shall perform the following tasks for this effort. The Contractor shall provide eleven intelligence analysts with the requisite intelligence analysis and writing skills to accomplish the following tasks. These analysts will be assigned to the JITF-CT Division that supports the US terrorism watchlisting effort. Nine of the eleven Analysts will be required to work at the Contractor?s off-site, cleared facility or other appropriate facilities in the National capital region after an initial two week orientation at the National Media Exploitation Center (NMEC) on JITF-CT internal analytical business processes. The Contractor's off-site facility will have full JWICS connectivity, SIPRNET connectivity, and secure telecommunications to ensure full collaboration between on-site and off-site analysts. Two of the analysts will work at the NMEC or DIAC depending upon space availability and act as a full open conduit between the offsite analysts and JITF-CT/DoD operations that take place at NMEC and elsewhere. Work will be conducted on a schedule that is conducive to collaboration with JITF-CT analysts assigned to the watchlisting mission, i.e. the core hours will reflect those of the JITF-CT analysts. 4.1 ALL-SOURCE INTELLIGENCE ANALYSIS. The scope of the analysis will focus on: 1) systematically and deliberately searching DoD data sets assessed as likely to contain information on known or suspected terrorists, 2) Identify and record information in the datasets related to known or suspected terrorists, 3) Cross check the identified information against other intelligence holdings available to DIA to ensure completeness of information and to avoid reporting duplication, 4) Compile collected/checked information 5) Formatting of compiled information into watchlisting report format for review by a senior analyst 6) Correct reports as needed based on the review and prepare for wide dissemination via record message traffic, 7) careful tracking of checked datasets and documents via a means specified by the Government to ensure that all are reviewed at least once but not repetitively. The Contractor shall produce the watchlisting nomination reports using Microsoft Word and Outlook. The Contractor shall perform the required tasks by fusing all-source, multi-discipline intelligence data derived from counterterrorism and counterintelligence activities, particularly DoD data holdings will be used to populate the US terrorism watchlist, warn of pending attacks and support operations directed against terrorists and former regime intelligence personnel involved in terrorism and threats to US and coalition personnel and facilities. The contractor shall document all information sources and maintain reference lists. The Contractor shall produce a hardcopy and softcopy intelligence assessment as required by the Government. The Contractor shall produce various classification levels for multiple versions of the documents as required by the Government, ranging from Unclassified (U) up to Top Secret with Sensitive Compartmented Information (TS/SCI). 4.2 WATCHLISTING REPORTS PRODUCTION. The scope of Analyst duties will include production of final draft watchlisting nomination reports based on raw information collected and analyzed by contract, government, and military analysts, related to watchlisting, for onward movement to NCTC and other members of the US watchlisting community via JITF-CT/DIA. The Contractor shall ensure the reports are correctly formatted, classified, addressed, and matched against standing collection requirements. In addition, Contractor shall ensure that information contained within the reports is intelligible, cogent, comprehensive, and understandable, and will also ensure that all reports use proper grammar and spelling. The Contractor shall produce the reports using Microsoft Word and Outlook. Contractor shall forward final draft reports to a senior government analyst for final quality control and publication as required by the Government. 5. PERIOD OF PERFORMANCE. The period of performance will be 12 months from the date of award. Exact dates will be submitted on the award document. 6. HOURS OF OPERATION. The Contractor shall provide the support required by the Government. The Contractor shall work and perform normally required tasks between 6AM and 6PM (core hours), Monday through Friday for a minimum of eight hours or as deemed necessary by the Government. Contractor personnel may be subject to work longer hours (more than eight) and weekends to support no-notice or priority mission requirements. Work will be conducted on a schedule that is conducive to collaboration with JITF-CT analysts assigned to the watchlisting mission, i.e. the core hours will reflect those of the JITF-CT analysts. 7. PERSONNEL. The Contractor shall strive to maintain the same team throughout the period of performance on this contract. The contractor shall identify all critical personnel and must present acceptable replacements to the COR within seven (7) days after a change is deemed necessary. All other personnel must be replaced within fourteen (14) days after a change is deemed necessary. If changes are necessary, the COR must approve the personnel proposed by the contractor. The Contractor shall keep its workforce trained, proficient, and knowledgeable about the Government's stated requirements. 7.1 SECURITY REQUIREMENTS. All Contractor personnel assigned to this SOW shall possess a Top Secret with eligibility for SCI/HCS/Gamma Access (TS/SCI) clearance IAW policies established by DIA Counterintelligence Office (DAC) from the first day they are assigned. All security requirements, to include submission of relevant security paperwork, shall be met before any performance related to this SOW is conducted. The Contractor must have a Top Secret Facility Clearance granted by the Defense Security Service (DSS). 7.2 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. The Contractor shall notify the COR prior to making any changes in individuals as key personnel to this contract, and must demonstrate that the qualifications of the personnel are equal to or better than the qualifications of personnel being replaced. These changes in personnel shall have the approval of the COR or designee. 7.3 CLEARANCE LEVEL. Contractor personnel shall be US citizens who have been screened by DIA Counterintelligence personnel. The work to be conducted is classified up to Top Secret with Sensitive Compartmented Information (TS/SCI) and will require the selected contractor to provide personnel with the appropriate level of security clearance. 7.3.1 All Contractor personnel assigned to this SOW shall possess a Top Secret clearance with eligibility for SCI/HCS/Gamma access IAW policies established by DIA Counterintelligence Office (DAC) from the first day they are assigned. 7.3.2 All Contractor personnel shall be read on to additional Sensitive Compartmented Information programs as needed IAW policies established by DIA Counterintelligence Office (DAC) after they are assigned to this project. 8. 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. 9. NON-DISCLOSURE AGREEMENTS. Contractor personnel will be required to complete and sign an SF 312, Classified Non-Disclosure Agreement prior to performing any services as part of this requirement. 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 (ODCs). The COR will not certify payment for ODC without first viewing and verifying the original receipt(s) for the requested reimbursement. The Contractor will not receive reimbursement for local travel cost (with a 50-mile radius of the work site). The expectation is two contract analysts traveling to Ft. Dix New Jersey for three days four time in the contract year; two contract analysts traveling to NORTHCOM for three days twice in the contract year; two contract analysts traveling to EUCOM, PACOM, CENTCOM, and SOUTHCOM for three days once in the contract year; two contract analysts traveling to the CENCOM AOR, to include Afghanistan and/or Iraq for ten days once within the contract year. 11. DELIVERABLES AND DELIVERY SCHEDULE. The contractor shall deliver the following items: 11.1 PROGRAM MANAGEMENT PLAN (PMP). 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 shall update the PMP within 5 calendar days after a change is required. The program management plan shall define each study's format, scope, and analysis and production process schedules and costs. 11.2 POTENTIAL CANDIDATES FOR THE NATIONAL WATCHLIST. The Contractor shall deliver potential candidates for the national terrorism Watchlist daily based on research at required classification levels as specified by the COR, and provide a detail log of daily activities to include cross-referencing potential nominations with validated nominations. The contractor shall track documents searched for watchlist candidates and will provide a listing of searched documents and watchlist candidates weekly as specified by the COR. Each assessment shall be delivered in hardcopy and in Microsoft Word and adhere to DIA standards. 11.3 WATCHLISTING REPORTS. The Contractor shall deliver at least three watchlisting reports with final, validated Nominations for the national terrorist Watchlist based on research at required classification levels as specified by the COR per week. If three watchlisting reports are not delivered, a detailed listing of the related datasets searched for candidates will be provided and will indicate that at least 3,000 documents have been reviewed for the week. Each assessment shall be delivered in hardcopy and in Microsoft Word and adhere to DIA standards. The Contractor will maintain an updated log of all watchlisting reports drafted and provide a status report weekly as specified by the COR.. 11.4 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 15 days after each contract period.12. GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/DATA: The Government shall provide information and guidance to meet the requirements of the work that will be at the Contractor?s cleared facility. The COR will provide format, content, and classification guidance for each assessment and briefing. 13. INVOICE AND PAYMENTS: The COR for the order will certify payment invoices to Defense Finance Accounting Service unless directed otherwise by the Contracting Officer. The following FAR PROVISIONS are herby incorporated 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. 52.204-6, DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003), 52.212-2, EVALUATION OF COMMERCIAL ITEMS (JAN 1999). 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: 52.204-7, 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36. FAR CLAUSES: 52.228-3 WORKER?S COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984), 52.228-4 WORKER?S COMPENSATION AND WAR-HAZARD INSURANCE OVERSEAS (APR 1984) and DFARS CLAUSES 252.228-7000 REIMBURSEMENT FOR WAR-HAZARD LOSSES (DEC 1991), and 252.228-7003 CAPTURE AND DETENTION (DEC 1991) are hereby incorporate into this notice. 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 26 August, 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 Responses (1 original and 3 copies) are due NLT 7 September 2005, 1:00 PM EST. E-mail or hand deliver your proposals. FAX RESPONSES TO THIS NOTICE WILL NOT BE ACCEPTED! Only firm-fixed priced orders will be evaluated. For more information and to retrieve the following attachments: Criteria for Award, Past Performance Questionnaire, DD254, SF 312 Non-disclosure agreement, Schedule of deliverables, proposal instructions, SF 1034, SF 1035 refer to pre-solicitation HHM402-05-R-0042-1.
 
Record
SN00874224-W 20050820/050818213517 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.