Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
MODIFICATION

R -- UPLOAD OF DRAFT STATEMENT OF WORK

Notice Date
6/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB09R0045
 
Response Due
10/1/2009
 
Archive Date
11/30/2009
 
Point of Contact
jschoerner, 410-278-9935<br />
 
E-Mail Address
RDECOM Acquisition Center - Aberdeen
(jeff.schoerner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT STATEMENT OF WORK (SOW) For JOINT IED DEFEAT ORGANIZATION (JIEDDO) COUNTER-IED OPERATIONS INTEGRATION CENTER (COIC) Irregular Warfare Analysis (IWA) 1.0 SCOPE. This Statement of Work (SOW) defines the scope of irregular warfare analysis (IWA) activities needed to support Operational level military operations, intelligence and operations research systems analysis for deployed U.S. and coalition forces in Counter-Improvised Explosive Device (C-IED) operations both in support of all U.S. Combatant Command Areas of Responsibility and other locations in the United States. IWA support is required for 42 specific positions, including 12 forward positions, as distributed in paragraph 4.0 below. The required level of effort may be expanded up to a total of 75 positions per year. The contractor is responsible for overall management of the contract, including all options exercised, and insuring that the technical solutions and schedules are implemented in a timely manner. The contractor will review task performance and work products for correctness as well as adherence to design concepts and user requirements, and for progress in accordance with schedules. The contractor will ensure that evolving requirements of the client are met, including long range planning, technology insertion, personnel management, training, and product development. 2.0BACKGROUND. 2.1 Mission. The Joint Improvised Explosive Device (IED) Defeat Organization (JIEDDO) is a Deputy Secretary of Defense directed initiative with the mission to rapidly provide solutions to defeat the Enemys IED Campaign and save service members lives deployed fighting the Global War on Terrorism (GWOT). The JIEDDO Counter-IED Operations Integration Centers (COIC) uses IWA to support Attack-the-Network counter IED analysis. The COIC mission includes employment of advanced analysis of tactics, techniques, and procedures, along with an expert understanding of insurgent unconventional warfare, to conduct event-based associative analysis of individuals, cells, network command and control, and logistics. Essentially, this adds an understanding of how and when events occur to the traditional intelligence disciplines (HUMINT, SIGINT, MASINT, IMINT) as described in Appendix A. This provides for a unique, mature, tailored level of analysis of insurgent IED operational networks and operating patterns, events, and activities that complements layers produced by COIC Comprehensive Look and Discovery Teams, or responds directly to gaps identified by warfighting units. 2.2 Current Methodology. Current IWA support to the COIC has been provided by the CALEB Analysis Methodology, an analytical process developed and fielded by a JIEDDO funded Proof of Concept that was integrated by the Combating Terrorism Technical Support Office (CTTSO) a program office under the Assistant Secretary of Defense (ASD) for Special Operations and Low-Intensity Conflict and Interdependent Capabilities (SO/LIC & IC). This specific type of analysis has provided intelligence fusion and a common operating/intelligence picture for critical, relevant, and effectual pattern analysis on insurgent-based operations in mapping out cells and networks to fight the GWOT. This methodology is a select application of collective analysis techniques and methodologies supported by U.S. Army Special Forces centric in-depth understanding of insurgent-based irregular warfare. It applies core competencies of irregular warfare to event-based information by advanced data mining, data fusion, predictive pattern analysis, geo-profiling and temporal analysis. The resulting customized process, provided a system-based analysis of insurgent networks that defines the threat environment and provides battlespace awareness at the tactical level (key nodes, functional mechanisms, direction, flow, and operational patterns.) This proved to be of critical, effectual and relevant value to enabling the JIEDDO and COIC missions. 3.0 SERVICES REQUIRED. 3.1 Reach Back Analytical Support. The contractor shall provide reach back analysis support through Irregular Warfare (IW) analysts operating at designated support locations. The IW analysts shall service the JIEDDO COIC and unit requests for support (RFSs) by conducting operational analysis on insurgent organizations. The IW analysts shall employ the Irregular Warfare Analysis (IWA) methodology and proven software tools to accomplish data mining, data fusion, predictive pattern analysis, geo-profiling techniques, and temporal analysis techniques. The collective analysis techniques and methodologies coupled with the irregular warfare analysis and COIC toolsets are to be applied with an expert understanding of insurgent-based unconventional warfare. Specific resources the contractor shall exploit will include, but will not necessarily be limited to, open source and classified data bases, reports, and message traffic searches as required. Specifically: "Each analyst shall be trained to provide IW analytical support IAW the approved IWA Methodology. "All analysts must have a clearance of TS/SCI as a condition of employment. "The contractor shall maintain a JIEDDO COIC approved level of experienced Special Forces Trained Unconventional Warfare subject matter experts (SME) - 18F Trained, level III ASO Analysts trained in the IWA Methodology to apply IWA Methodology standardization, continuity, and sustain analytical product quality. "By servicing appropriate RFSs the IWA personnel shall engage in a systematic identification and analysis of insurgent cells and networks germane or in some way associated with employing or facilitating IEDs. Analysts shall initially focus on classified sources. The contractor shall be prepared to add additional information sources of interest on a rolling basis as required by JIEDDO COIC. "With oversight from proper Government authorities, the contractor may be required to operate secure facilities in designated anonymous locales. Unclassified and classified IT and communications support and maintenance will be provided by the government. "The IWA analysts shall focus on data that informs of the existence, organization, and operation of terrorist and insurgent networks. Data that provides insight into but not limited to technical, tactical, operational and strategic capabilities shall be sought. Specific data to be analyzed include, but are not necessarily limited to: oInformation on network structures, including the identification of individuals, relationships between various individuals and groups, organizational constructs, and other relevant data. This shall further include their names, nicknames, locations, affiliations, technical proficiency, levels of training, and positions within a network or community. oInformation on terrorist operational capabilities, including tactics, techniques and procedures (TTPs); cover and deception methods; targeting strategies; and surveillance methods. oInformation on terrorist technologies, including raw materials, manufacturing processes, supply chains, usage intentions, and any identified operational opportunities for the U.S. Government. oIndividuals contributing or offering support to terrorist and/or insurgent groups who possess technical knowledge or training in the fields of chemistry, explosives, electronics, weapon design, structural engineering, microbiology, document forgery, and surveillance. oIndividuals contributing or offering support to terrorist and/or insurgent groups who possess logistical information, such as bank accounts, other networks, safe houses, and secret routes into and out of countries where IEDs are prevalent. oIdentification of Internet Protocol (IP) addresses and other information that may lead to the whereabouts of individuals of interest or concern. 3.2 Predictive Analysis. The contractor shall be prepared to provide predictive analysis specific to likely evolutions in adversary Insurgent TTP and operations. The contractor shall form this IW analysis based upon a combination of assessing of past terrorist trends and adaptations and factoring in current adversary intent, constraints, capabilities, and likely targets at an operational level. By assuming the adversary mindset in this manner and coupling it with the IWA Insurgent/Unconventional methodology, the contractor shall develop notional lessons learned from past precedents; the contractor shall develop notional concepts of operations and courses of action that best represent likely adversary activity. The contractor shall prepare analytic products. IWA personnel shall prepare analytic products to inform JIEDDO COIC and supported units of relevant findings and assessments resulting from the full scope of insurgent analysis. 3.3 Special Forces Irregular Warfare Analyst, Liaison Officers. The Contractor shall provide U.S. Special Forces IW analysts and Liaison officers (LNO)s. Specifically: "The LNO shall provide liaison and analytical support to both CONUS and OCONUS units. "All LNOs must have a clearance of TS/SCI as a condition of employment. "The contractor shall provide skilled and experienced IWA methodology IW analysts for the purpose of facilitating analytical support in support of the JIEDDO/COIC. "These LNOs shall deploy as directed to OCONUS sites to provide liaison and analytical support to the JIEDDO, the IW analysts, and the selected unit(s). All OCONUS deployments will be for a period of no less than 4 months within one calendar year. 3.4 COIC Support. The Contractor shall provide IW analysts to support the JIEDDO/COIC. The contractor shall provide highly skilled and experienced IW analysts to support COIC operations. Specifically: "The contractor shall provide highly skilled and experienced IW analysts to support the JIEDDO-COIC Comprehensive Look Teams (CLTs) in Northern Virginia. "All Analysts must have a clearance of TS/SCI as a condition of employment. "Each Analyst/LNO shall be trained to provide IW analytical support IAW IWA Methodology. 3.5 Mission Support Center. The contractor shall provide personnel for IWA operations to manage, operate, and support the JIEDDO/COIC IW analysts, the IWA analytical teams, and the IWA LNOs in their support to JIEDDO/COIC. This effort will be directed by the Program Manager. All Mission Support Center personnel must have a clearance of TS/SCI as a condition of employment. 3.6 Training of COIC Personnel. The Contractor shall provide training of COIC personnel in the IWA process and methodology to provide for IWA methodology standardization, continuity, and analytical product quality. The contractor shall train other COIC personnel to be proficient in the IWA methodologies. This training is essential to reaching the full benefit of the relevant methodologies. The intent is to make IWA methodologies available to a broader spectrum of professional intelligence fusion analysts. The government will specify analysts that are to receive the required training. 3.7 Material/Equipment Purchases. The contractor shall provide as an other direct cost all equipment determined to be required to provide the required services. The COR will negotiate any exceptions which might require Government expenditures for the convenience of the Government. When agreed, JIEDDO will provide a written authorization for the expenditure and the costs will be reimbursed under the terms of the contract. 4.0 LABOR CATEGORIES. The initial anticipated level of effort requires 42 specific positions (30 CONUS and 12 Forward Positions) which equates to 57.3 FTEs of effort. (CONUS full-time workload is defined to be 1920 hours/year, and forward full-time workload is defined to be 4368 hours/year.) One FTE for the purposes of this contract is defined to be 1920 hours. Based on current operational needs, the IWA requirement is for the following 42 military and technical positions as further described in Table B-1. "13 Irregular Warfare Analysts "20 Senior Irregular Warfare Analyst "6 Irregular Warfare Operations Methodology Engineers "1 Facility Security Officer "1 Systems Administrator (IT) "1 Program Manager 4.1 Technical Direction Letters. The Government may issue Technical Direction Letters (TDLs) one or more occasions throughout the life of this contract for an increased level of effort up to a maximum of 75 positions at any given time. The specific mix and quantities of labor categories will be determined at the time the option(s) are exercised. Table B-1 states a distribution of labor categories for the purpose of estimating the cost of the contract ceiling amount. 4.2 Composition. Twelve (12) theater-deployed special forces unit support personnel will consist of six (6) persons from the Irregular Warfare Analyst labor category and six (6) from the Senior Irregular Warfare Analyst labor category. Mission Support Center support will consist of five (5) Senior Irregular Warfare Analysts, two (2) Irregular Warfare Operations Methodology Engineers, one (1) Facility Security Officer, one (1) Systems Administrator (IT), and one (1) Program Manager. The COIC support cell will consist of six (6) Irregular Warfare Analysts, eight (8) Senior Irregular Warfare Analysts, and four (4) Irregular Warfare Operations Methodology Engineers. The Government may change the composition based on changing mission requirements. While deployed with the special forces units, the Irregular Warfare Analysts and Senior Irregular Warfare Analysts will perform the specific duties outlined at Appendix B. 4.3 Work Profile. 4.3.1 CONUS. While on duty in the United States, a standard 40 hour work week shall be applied. As directed by the contracting officers representative (COR), the Contractor may be required to provide labor hours in excess of 40-hours per work week to include holiday, weekends, and/or during irregular times and shifts based upon operations and exercises. Only when directed by the government COR, shall the Contractor provide work beyond 40 hours per week. The contractor must respond to COR directed additional services and support 24 hours a day/7 days per week on an as required basis. 4.3.2 OCONUS While on periods of deployed duty with U.S. forces, contractor personnel shall work as directed by the government COR, at a level of effort from 40-hours per week but not to exceed 84 hours per week. For purposes of pricing this effort, assume 84 hours per week. 5.0 PERIOD OF PERFORMANCE. The period of performance is 01 September 09 through 31 August 2012, as follows: Base Period: 01 September 2009 31 August 2010 Option Period 1: 01 September 2010 31 August 2011 Option Period 2: 01 September 2011 31 August 2012 Performance under the contract will be evaluated in the course of determining whether to exercise each option year. 6.0 PLACE OF PERFORMANCE. Current operational needs require that this support be provided at the JIEDDO-COIC in the Washington, DC area and in forward deployed positions in Iraq and Afghanistan. The specific places of performance may change during the performance of this contract. If an option for an increased level of effort is exercised, the exercise will state the specific place of performance. 6.1 Rotational Duty Locations. Duty locations shall be rotational between forward deployed conventional, USASOC, and JSOC forces in the Central Command Area of Operations, JIEDDO facility locations in the metro-Washington D.C. area, or other home work site locations as the Government may designate in the future. During periods of duty in CONUS, contractor personnel shall operate from the JIEDDO COIC or JIEDDO Headquarters, both in the Washington, D.C. area, in analytical and training support roles, as directed by Chief, Mission Integration Division, COIC. The Contractor may be required to work at one or more alternative work sites outside the metro-Washington, D.C. area as the home locations for CONUS periods of duty. 6.2 Deployment Locations. During deployments, IWA will normally operate from a U.S. established Forward Operating Base (FOB) under OPCON of forward deployed JIEDDO field team commanders and TACON to the supported command. Contractor personnel may be required to move from the initially supported unit to another FOB or Task Force during a deployment to meet operational requirements. The standard deployed periods shall be four to six consecutive months six is preferred. The Government may modify deployment periods within that range. All schedules shall include the requirement for no less than five days of face-to-face turnover between departing and replacement contractor personnel at the supported unit headquarters. Each period of deployment shall be followed by a period of duty at the specified CONUS home location, equal at least to twice the period of deployment, before another period of deployment begins. The range for the lengths of a deployment and the period between deployments can be adjusted by mutual agreement between the Government and the Contractor. 7.0 TRAVEL REQUIREMENTS. During periods of CONUS duty, contractor personnel shall be required to conduct travel for temporary duty in support of operations and training. During deployments, contractor personnel shall be directed by the Program Manager in conjunction with JIEDDO/COIC operations, to conduct periodic travel to higher headquarters or to subordinate Brigade Combat Team, Regimental Combat Team, battalion or other tactical units to meet operational requirements. Travel required and approved under this contract will be paid in accordance with the Joint Travel Regulation by reimbursement to the Contractor under the terms and conditions stated in the contract. Only required travel approved in advance by the COR will be reimbursed under this contract. 8.0 SECURITY REQUIREMENTS. The contractors performance will require access from unclassified through Sensitive Compartmented Information (SCI) depending on the specific work that must be performed. The COIC will execute a DoD Contract Security Classification Specification (DD Form 254) to allow the contractor the following accesses: a) Access to Sensitive Compartmented Information b) Classified ADP Processing c) Open Source/Unclassified data. 8.1 Security Clearance. All personnel working under this contract at the CONUS or deployed sites must have and maintain a TOP SECRET (TS)/Sensitive Compartmented Information (SCI) clearance as a condition of employment. The contractor shall ensure that individuals nominated for work under this contract have a TS-SCI clearance. 8.2 NISPOM. In addition to any particular requirements prescribed by the Contracting Officers Security representative, the Contractor shall provide a security plan IAW the National Industrial Security Program Operating Manual (NISPOM) January 1995. As appropriate, the contractor shall implement information security requirements as prescribed in AR 380-19 Information Security. As required the Contractor shall implement other Security Classification Guidelines, e.g., Director of Central Intelligence Directive (DCID) 6/3 and DCID 6/9. 8.3 Classified Operations. Contractor personnel shall operate at contractor and Government facilities controlled at SECRET collateral and TS/SCI. The Government will provide appropriate Security Classification Guides (SCG) and additional instructions within the DD Form 254.The contractor shall follow instructions for Public Release requirements and Disclosure Policy references in the DD Form 254 Contract Security Classification Specification Block 12 as well as additional security guidance and requirements in Blocks 13 and 14. 8.4 Operations Security (OPSEC) Reviews. All material produced by the Contractor which will be disseminated outside of JIEDDO will be subject to an OPSEC and Security review, to be performed by the JIEDDO OPSEC Officer prior to release. This includes all written (hardcopy) and electronic materials produced, such as organizational press releases and marketing material. Informal email correspondence does not apply, however, any and all official-business correspondence that leaves the JIEDDO should be reviewed by a Government official prior to it being sent, or as a minimum requirement, the communication should be approved by the Government. The Government can certainly authorize continued correspondence between the contractor working for him/her and the outside entity so as not to burden the day to day sending of electronic email, for example. 8.5 JIEDDO OPSEC Plan. The Contractor shall develop and implement an updated JIEDDO OPSEC Plan for control of critical program information, classified material, and sensitive data. The plan, as updated, shall continue to conform to the requirements of the DD Form 1423, DD Form 254 (DoD Contract Security Classification Specification), and further instructions contained in the current AR 530-1 (Operations Security). 9.0 GOVERNMENT FURNISHED MATERIAL/PROPERTY/EQUIPMENT/TRAINING 9.1 Individual Clothing. Normal uniform for contractor personnel is civilian clothing. When deployed, contractor personnel may be required to have military uniforms for off-installation travel. Military uniform normally shall be Desert Camouflage Uniform or Army Camouflage Uniform, but shall not have any type of insignia applied, other than a name tag. In the event that the Government is unable to provide the uniforms, the Contractor shall purchase them on a reimbursable basis. 9.2 Protective Equipment. The Government will provide the necessary protective equipment required by personnel operating under this contract to perform the aforementioned tasks in theater. 9.3 Weapons. The terms of the contract, prevailing U.S. Central Command arming policy and JIEDDO assessment of the need for arming given the IWA mission profile shall determine the conditions and constraints on arming of contractor personnel providing services under this contract. When a determination is made by the Government that arming is required, the Government will furnish weapons and supplemental equipment commensurate with the individual mission profile. Weapons and equipment provided will be of the same type as the Iraq Field Team issues its team members. 9.4 Billeting and Rationing. The Government will provide billeting and rationing for all deployed personnel. Normally, the units to which the contractor personnel deploy will provide this support. 9.5 Common Access Card. The Government will issue a Common Access Card (CAC) and other forms of DoD identification necessary to access JIEDDO and other Government facilities, as required. JIEDDO will also issue a Letter of Authorization (LOA) to deploying contractor personnel. For deployed contractor personnel, the CAC and LOA together will authorize use of government transportation and access to the following: on-base life support and MWR facilities, APO/FPA, billeting, commissary, DFACS, excess baggage, government furnished meals, military clothing, military issued equipment, resuscitative care, authorized weapons, DODI essential, fuel authorized, military banking, military exchange, Milair, primary care, and transportation. 9.6 Training. The contractor shall ensure all analysts participate in IWA qualification training at the JIEDDO COIC and with units preparing for deployment for up to 6 weeks. The personnel in each team shall be available for deployment or duty at other designated CONUS locations at the end of that training period. JIEDDO shall determine actual initial deployment dates based on mission requirements. JIEDDO will assess individual performance during training in order to validate readiness to perform all IWA tasks and duties. The Government will provide the following training: 1) Individual pre-deployment training in accordance with DoD and U.S. Central Command requirements. 2) Weapons qualification training, if required by arming authorization. 3) Technical, functional training at the JIEDDO COIC on regional operational procedures, the threat situation and all operational and intelligence tools necessary to perform duties at the JIEDDO COIC and when deployed with forward IWAs. 10.0 CONTRACT DELIVERABLES. All contract deliverables will be delivered to the COR. 10.1 Support Plan. Within seven (7) working days of contract award, the Contractor shall deliver a briefing of the plan for meeting the IWA requirements. 10.2 IWA Members. The Contractor shall provide qualified IWA members in accordance with the IWA position descriptions as specified in Appendix B. All personnel (40) must be delivered for training no later than 15 days after contract award. 10.3 Monthly Status Reports. The contractor shall deliver a Monthly Status report that describes: 1) work accomplished during the reporting period, 2) problems encountered or anticipated, 3)work projected for the next reporting period, 4) resources used (labor, travel and materials) during the reporting period. 10.4 Briefings. The contractor shall provide a monthly In Progress Review (IPR) meeting to JIEDDO/COIC. Briefings to describe specific initiatives both ongoing and complete will be required throughout the period of performance. 10.5 Technical Reports. All deliverables shall be maintained by the contractor. Under the authority of JIEDDO/COIC, with the approval of the COR, each technical report will have a distribution statement that must be satisfied. The COR and other relevant JIEDDO/COIC designated personnel will review the technical report and apply the appropriate security markings designated in accordance with DoD Security Guidelines. An electronic copy of each deliverable shall be submitted to the COR in the format of the application within which it was developed and in pdf format. 10.6 Contractor Manpower Reporting. The contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The contractor shall include the following: (a) Contracting Office, Contracting Officer, Contracting Officers Representative, Contracting Officers Technical Representative (b) Contract number, including task and delivery order number (c) Beginning and ending dates covered by reporting period (d) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (e) Estimated direct labor hours (including subcontractors) (f) Estimated direct labor hours paid this reporting period (including subcontractors) (g) Total payments (including subcontractors) (h) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i) Estimated data collection cost (j) Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (The Army requiring activity is responsible for provided the contractor with its UIC for the purposes of reporting this information.) (k) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, and when in an overseas location, using standardized nomenclature provided on the website) (l) Presence of deployment or contingency contract language (m) Number of contractor and subcontractor employees deployed in theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting for the period throughout the performance period. 10.7 Training Plan. A training plan, including a complete description of the IW process and methodology will be delivered to the Government within 30 days after contract award to facilitate the training of JIEDDO COIC personnel in accordance with paragraph 3.6, above. 11.0 Quality Assurance Surveillance Plan (QASP) 11.1The Government will utilize a contractor developed Quality Assurance Surveillance Plan (QASP) to monitor the quality of the contract performance. Offerors will be required to submit a proposed QASP for the Governments consideration as part of the Request for Proposal. 11.2The QASP shall be measurable and structured to permit an objective assessment of the contractors performance. The QASP shall specify all work requiring surveillance, the method of surveillance and shall designate the place or places where the Government reserves the right to perform quality assurance. The purpose of this Surveillance Plan is to evaluate how the contractor is performing relative to the requirements of the Statement of Work. This aspect of the surveillance plan will judge the quality and technical merit of the contractor. 11.3In the event that deficiencies are detected during the course of the surveillance, the COR will notify the contractor that the deficiencies must be corrected. If deficiencies are deemed serious enough to halt contractor performance, the COR and the Contracting Officer will determine the best course of action to correct the deficiency before performance continues. 12.0 KEY GOVERNMENT PERSONNEL a. Contracting Officer (RDECOMCC). Mr. David Hackett, 410-278-2476, david.hackett1@us.army.mil 13.0 CENTCOM INSTRUCTIONS Pursuant to MNFI CG Direction: 1) Contractors shall not be authorized to wear military like uniforms without written approval by the MNF-I Chief of Staff (CoS). 2) Contractors shall not be authorized the leasing or buying of any Non-Tactical Vehicles in Iraq without approval from the MNF-I CoS. Contractors are advised that failure to follow this limitation is a material breach of the contract. CENTCOM Instructions apply to Iraq only. APPENDIX B IRREGULAR WARFARE ANALYST (IWA) POSITION DESCRIPTIONS Irregular Warfare Analyst The Irregular Warfare Analyst is responsible for gathering and analyzing to determine and ascertain patterns and methodologies of subjects to support clients requirements. They perform irregular warfare analysis to identify possible key nodes and their relationships. The Irregular Warfare Analyst must be able to deploy to a hostile environment for four (4) to six (6) months every year to provide analytical support to client. Initial Number of Positions: 13 (7 CONUS and 6 OCONUS) Maximum Number of Positions: 41 (35 CONUS and 6 OCONUS) Clearance Level: TS/SCI CONUS work location: Multiple, Representative Locations provided in Table B-1 Minimal Education: High School Diploma Minimal Years of experience: Ten (10) years of progressive subject matter expertise relevant to the requirements of the Statement of Work Work profile in CONUS: 8 hour days/5 days a week (use 1920 hours/year for costing) Work profile in OCONUS: 12 hour days/7 days a week (use 4368 hours/year for costing) Senior Irregular Warfare Analyst The Senior Irregular Warfare Analyst is responsible for gathering and analyzing to determine and ascertain patterns and methodologies of subjects to support clients requirements and performs irregular warfare analysis to identify key nodes and their relationships. They Identify resources required for each subject and provide guidance and mentorship to junior analyst and daily feedback to team lead on product development. Be able to develop and provide training to support the client in the uses and capabilities of the irregular warfare methodology and the software it utilizes. The Senior Irregular Warfare Analyst must be able to deploy to a hostile environment for four (4) to six (6) months every year to provide analytical support to client. Initial Number of Positions: 13 (7 CONUS and 6 OCONUS) Maximum Number of Positions: 41 (35 CONUS and 6 OCONUS) Clearance Level: TS/SCI CONUS work location: Multiple, Representative Locations provided in Tables B-1 Minimal Education: Bachelors, three (3) years of specialized experience may also be substituted Minimal Years of experience: Fifteen (15) years of progressive subject matter expertise relevant to the requirements of the Statement of Work Work profile in CONUS: 8 hour days/5 days a week (use 1920 hours/year for costing) Work profile in OCONUS: 12 hour days/7 days a week (use 4368 hours/year for costing) Irregular Warfare Operations Methodology Engineer The Irregular Warfare Operations Methodology Engineer is responsible for gathering and analyzing data to determine and ascertain patterns and methodologies of subjects to support clients requirements. The Irregular Warfare Operations Methodology Engineer performs irregular warfare analysis to identify key nodes and their relationships and identifies resources required for each subject. The Irregular Warfare Operations Methodology Engineer provides guidance and mentorship to junior analyst and daily feedback to team lead on product development. The Irregular Warfare Operations Methodology Engineer shall provide methodology oversight and quality assurance on subject products prior to being sent to the client. Initial Number of Positions: 8 Maximum Number of Positions: 10 Clearance Level: TS/SCI CONUS work location: Multiple, Representative Locations provided in Tables B-1 Minimal Education: High School Diploma Minimal Years of experience: Ten (10) years of progressive subject matter expertise relevant to the requirements of the Statement of Work Work profile in CONUS: 8 hour days/5 days a week (use 1920 hours/year for costing) Facility Security Officer Responsible for ensuring that all NISPOM requirements are met and upheld and that all visitors to the facility have the clearances required prior to entry into the classified areas. Provides timely security updates to all personnel in the facility and oversees the local security awareness training program. Manages the COMSEC program and oversees the storage of classified materials. Provides the daily supervision and administration of the protection force; and conducts surveys, inspections, audits, and investigations. Manage aspects of the DOD, security program and other security activities, ensuring compliance with government and company security policies and procedures. Ensures that security staff is trained and adheres to the policies and procedures outlined in the Protection Manual. Prepares shift schedules. Reviews and investigates non-compliance issues. Number of Positions: 1 Clearance Level: TS/SCI CONUS work location: Mission Support Center Minimal Education: High School Diploma plus some training Minimal Years of experience: Five (5) years experience relevant to the requirements of the Statement of Work Work profile in CONUS: 8 hour days/5 days a week (use 1920 hours/year for costing) Systems Administrator (IT) Responsible for all ISSM duties and provides reports in accordance with NISPOM. Maintains the communication and computer networks that are required to produce products for the client. Installs, troubleshoots, maintains and coordinates the use and proper operation of network environments and desktop operating systems/environments. Evaluates hardware, software, and peripheral equipment. Maintains user accounts or security policies on software-based firewalls. Maintains and updates system security plans on all networking platforms. Implements, documents, and coordinates network policies, procedures, and standards. Enforces security procedures. Evaluates, designs, documents, installs, implements, tests, and performs problem isolation and resolution; and monitors, tunes, sets standards and maintains a range of computer network components and systems. Develops and execute contingency plans for network software and hardware failures including isolated and major outages. Number of Positions: 1 Clearance Level: TS/SCI CONUS work location: Mission Support Center Minimal Education: A Bachelors degree in a related field: Four (4) years of specialized experience may be substituted for the Bachelors degree. Minimal Years of experience: Five (5) years of generalized experience with computer network systems and three (3) years of specialized experience working on LAN and WAN network systems Work profile in CONUS: 8 hour days/5 days a week (use 1920 hours/year for costing) Program Manager Coordinates and directs the activities of the Fayetteville, NC, support cell, the COIC support cell, and deployed SF unit support cells. Shall be the authorized interface with the Government Contracting Officer (CO), the Contracting Officer's Representative (COR), Government management personnel and customer agency representatives. Responsible for formulating and enforcing work standards, assigning schedules, reviewing work discrepancies, supervising personnel and communicating policies, purposes, and goals of the organization to subordinates. The Program Manager is responsible for the overall management of the contract and insuring that the technical solutions and schedules in the contract are implemented in a timely manner. Number of Positions: 1 Clearance Level: TS/SCI CONUS work location: Mission Support Center Minimal Education: A Bachelors degree in a related field Minimal Years of experience: Twenty Five (25) years of progressive subject matter expertise relevant to the requirements of the Statement of Work. Fifteen (15) years of management experience relevant to the requirements of the Statement of Work. Work profile in CONUS: 8 hour days/5 days a week (use 1920 hours/year for costing) Acronym Definitions ASO - Advanced Source Operations CAC - common access card CLT - Comprehensive Look Team CO - Contracting Officer COIC - Counter IED Operations Integration Center COMSEC - communications security CONUS -continental United States COR - contracting officers representative CTTSO - Combating Terrorism Technology Support Office DoD - Department of Defense FOB - forward operating base FTE - full time equivalent GWOT - global war on terrorism IAW - in accordance with IED - improvised explosive device IP - Internet Protocol IPR - in progress review ISSM - information systems security monitoring IT - information technology IW - irregular warfare IWA - irregular warfare analyst / analysis IWAD - irregular warfare analysis detachment JIEDDO - Joint Improvised Explosive Device Defeat Organization LAN - local area network LNO - liaison officer LOA - letter of authorization MSC -Mission Support Center MWR - morale, warfare and recreation NISPOM - National Industrial Security Program Operating Manual OCONUS - outside continental United States OPCON - operating condition PX - Post Exchange REF - Rapid Equipping Force RFS - request for support SCI - special compartmented information SF - Special Forces SME - subject matter expert TACON - tactical control TS - top secret USASOC - United States Army Special Operations Command WAN - wide area network
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRB09R0045/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01843087-W 20090613/090612000311-20759919e3b40a978b235bb85cd4c98c (fbodaily.com)
 
Source
FedBizOpps 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.