Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
MODIFICATION

R -- DRAFT PERFORMANCE WORK STATEMENT (PWS) Irregular Warfare Consolidated Support (IWCS) to NGIC

Notice Date
7/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-10-R-0010
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
William T. Bickley, 434-980-7596
 
E-Mail Address
National Ground Intelligence Center
(william.t.bickley@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Comments on the draft Performance Work Statement below may be sent to the e-mail address in the National Ground Intelligence Center point of contact link. DRAFT PERFORMANCE WORK STATEMENT (PWS) Irregular Warfare Consolidated Support (IWCS) to NGIC 1.0 SCOPE: This Performance Work Statement (PWS) addresses the requirements necessary for successfully providing intelligence and operational support for Irregular Warfare Consolidated Support (IWCS) to the National Ground Intelligence Center (NGIC). 1.1 BACKGROUND: Irregular Warfare mission sets continue to pose a significant threat to U.S. national security and Department of Defense (DoD) forces worldwide. Irregular Warfare entities have become less dependent on state sponsors for logistics and operational expenses and more dependent on loosely formed, often trans-regional networks which provide lines of communication, fighters, funding, equipment, training, and safe havens that are both trans-regional and regional in nature. These threats cross Geographical Combatant Commands (GCC) areas of responsibility and require a specialized enduring analytical effort to evaluate the level of threat, determine capabilities and weaknesses, and identify potential vulnerabilities that could be exploited to dissuade, deny, disrupt, or destroy their capabilities. 1.2 MISSION: To assist in the eventual defeat of Irregular Warfare threats to include insurgencies, guerrilla movements, terrorist and criminal networks, improvised explosive device networks, and other problem sets (to include, but not limited to Information Operations, Threat Finance, Cyber, Modeling and Simulation, and Socio-Cultural analysis) by developing an understanding of these threats and by providing intelligence support to policy makers, planners, and operational forces engaged against them. This Performance Work Statement (PWS) addresses the requirements necessary for successfully providing intelligence support for Irregular Warfare efforts; this includes researching, compiling, evaluating, and integrating all-source data into analytic products. 2.0 OBJECTIVE: The contractor shall provide intelligence support to NGIC's Irregular Warfare mission to include working with regional analysts and drafting and coordinating DoD and interagency all-source analytic intelligence products and assessments. 3.0 SPECIFIC TASKS: 3.1 TASK 1 - Afghanistan/Pakistan Surge Requirements Contractor will develop, coordinate, facilitate, and perform irregular warfare intelligence analysis activities consistent with NGIC requirements pertaining to the Afghanistan/Pakistan surge. Such analytical activities include developing draft and finished all-source intelligence products that are in accordance with NGIC and IC standards and practices, testing new analytical methodologies, responding to requests for information (RFIs), briefing products, and authoring information and position papers for delivery to the government. * This includes, but is not limited to General Military Intelligence (GMI) Regional, Threat Finance, and Science & Technology (S&T) analysis. * Contractor personnel shall assist NGIC and other community analysts/agencies in the planning, preparation, coordination, and dissemination phases of scheduled and unscheduled assessments and information with short suspense and high-level attention. * Contractor personnel shall provide specialized analytical support to regional analysts, S&T analysts, and collection managers. * Contractor personnel shall be able to perform data input, link-and-nodal and geo-spatial analysis and be able to apply state-of-the-art analytic technology to include drawing on (but not limited to) the Combined Theater - Analyst Vetted, Relational Structured (CT-AVRS) database, Analyst Notebook 6, Ibase 4 SSE, ArcGIS 9.3, WISE, TRAX, Tripwire Analytic Capability, Multi-Media Messaging (M3), A-SPACE, Combating Terrorism Knowledge Base (CTKB), and INTELINK-TS/S/U and periodic updates to these commercially available software applications. * Contractor personnel shall identify significant intelligence trends and propose new or revised analytical efforts to alert leadership to developments and to meet customer needs. * Contractor personnel will conduct analyst-to-analyst liaison with counterpart analysts and similarly focused leaders throughout NGIC and the IC to facilitate the exchange and the discussion of related all source information. * Contractor personnel shall identify intelligence gaps, specify, and submit their collection requirements to NGIC collection manager and analysts. * Contractor personnel shall be prepared to support crisis operations for up to one year at NGIC and up to two (2) analysts in theater for 24 hours/7 days a week, as required. 3.2 TASK 2 - Cyber Analysis: S&T and SIGINT contractor analysts will develop, coordinate, facilitate, and perform irregular cyber intelligence activities consistent with NGIC requirements. Such analytical activities include developing draft and finished all-source intelligence products that are in accordance with NGIC and IC standards and practices, testing new analytical methodologies, responding to RFIs, briefing products, and researching S&T corporations. SIGINT contractor personnel shall research, review, evaluate, integrate, and brief available SIGINT data to support the mission of the IWCS team through the SIGINT Element. Contractor SIGINT personnel shall prepare draft SIGINT related portions of assessments as well as provide assistance to all-source analysts related to the interpretation, fusion and collection of related SIGINT data for Government review prior to release. * Contractors shall produce S&T and SIGINT-based findings and assessments in both narrative and graphic form that satisfy NGIC's Defense Intelligence Analysis Program Cyber analysis production responsibilities. SIGINT contractors will be experienced in conducting, compiling, and reporting the results of detailed metadata analysis (IAW applicable NSA United States SIGINT Intelligence Directive) and possess detailed knowledge of the SIGINT community and the intricacies of its federated and complementary aspects. * Each analyst will be required to have access to and an understanding of classified databases. All contractors will have experience using the following data mining tools/visualization applications: BANYAN, ArcGIS, M3, AMHS, WISE, TRAX, CTKB, and Analyst Notebook. * In addition to the standard security requirements, all SIGINT contractors must have, or immediately be able to obtain (within four weeks), a favorable single-scope polygraph and NSA Personal Key Indicator (PKI) certification. All SIGINT contractors will either be GEOCELL trained or will attend GEOCELL training at NSA, ASAP after arriving to support work on the IWCS contract, depending on course availability and existing mission requirements. * Contractor personnel shall develop knowledge databases on insurgent use of cyber-warfare technologies and techniques. * Contractor personnel shall support the Department of Defense/Defense Intelligence Agency (DoD/DIA) response to the 'Comprehensive National Cyber security Initiative' and related subordinate plans. * Contractor personnel shall support Army Cyberspace operations, planning and exercise activities in support of Multiple Combatant Commands in accordance with HQDA Execute Order 155-10 'FOR ARMY CYBERSPACE OPERATIONS AND THE ESTABLISHMENT OF AN ENDSTATE ARMY FORCES CYBERSPACE COMMAND (U),' dated 122256ZMAY10. (overall document is classified) 3.3 TASK 3 - Program Management: A program manager shall be required to monitor and provide oversight to the production of contractor draft products. This monitoring shall include, but is not limited to, receipt and distribution of tasks; regular interaction with government analysts, their managers, and supporting contractors to track progress and anticipate production bottlenecks; coordination of product meetings internal to the agency; and consolidation and transmission of irregular warfare products to the appropriate government POCs. * The contractor shall coordinate regularly with managers and customers, and ensure government managers and analysts are fully aware of issues affecting irregular warfare production. * The contractor shall be required to brief government managers formally or informally as required. * The contractor shall prepare a Program Work Breakout Structure (PWBS) to track each deliverable IAW milestones established in section 3.7 * The contractor shall provide monthly status reports detailing work performed during the period and updating the status of the PWBS baseline. * The contractor shall produce a report of travel expenditures on a monthly basis. * The contractor shall produce a monthly finance report indicating both labor and other direct cost burn rates. * The program manager shall be required as time permits and in coordination with the COR, to produce assessments as stated in TASK 1. 3.4 TASK 4- Threat Finance Portal: Threat Finance and IT contractors will be responsible for the development and maintenance of the IC Community's Financial Intelligence Network Portal. The portal will serve as a collaboration and networking tool. In addition, these analysts will maintain the Designation Package Coordination Center Portal. * The contractor will develop and maintain the Financial Intelligence Network and Designation Package Coordination Center portals to ensure that they continue to serve as communication hubs for the threat finance community within the Defense Intelligence Enterprise. * The contractor shall market and educate IC consumers about the portals' capabilities, resources, and benefits for the threat finance mission. * The contractor shall have the technical knowledge to maintain the portal using the latest advances in available technology. The contractor will have an in-depth knowledge of the threat finance problem set, and the challenges facing threat finance analysts across the IC. 3.5 TASK 5-Modeling and Simulation: Contractors will be responsible for developing non state actor databases to be used in forecasting 3-5 years into the future. Using general military intelligence along with soft-powered aspects of irregular warfare, contract analysts will develop an irregular warfare/social science methodology and data set. * Contractors will be required to have experience in GMI, conventional warfare as well as an understanding of the irregular warfare problem set. * Contractor personnel shall develop a robust Irregular Warfare Database for intelligence and social science data associated with the Non-State Actor Organizations-Groups (NSAO-G) that will be used to inform both Generating Force and Operating Force decision needs. * Contractor personnel will support government analysts to build a method based on existing social science literature. * Contractor personnel shall assist NGIC and other IC and Title X analysts/agencies in the planning, preparation, coordination, and dissemination phases of scheduled and unscheduled assessments and information with short suspense and high-level attention. * Contractor personnel shall be able to perform data input, link-and-nodal and geo-spatial analysis and be able to apply state-of-the-art analytic technology to include drawing on (but not limited to) the Combined Theater - Analyst Vetted, Relational Structured (CT-AVRS) database, Analyst Notebook 6, Ibase 4 SSE, ArcGIS 9.3, WISE, TRAX, Tripwire Analytic Capability, Multi-Media Messaging (M3), A-SPACE, Combating Terrorism Knowledge Base (CTKB), and INTELINK-TS/S/U and periodic updates to these commercially available software applications. * Coordinate regularly with managers and customers, and ensure government managers and analysts are fully aware of issues affecting Non-State Actors Future Assessment production and help develop innovative ways to take complex datasets and support the Irregular Warfare Modeling and Simulation community. 3.6 TASK 6- Weapons of Mass Destruction: Contractor will develop, coordinate, facilitate, and perform irregular warfare intelligence analysis activities consistent with NGIC requirements pertaining to weapons of mass destruction. Such analytical activities include developing draft and finished all-source intelligence products that are in accordance with NGIC and IC standards and practices, testing new analytical methodologies, responding to RFIs, briefing products, providing trip reports, database reports, and authoring information and position papers for delivery to the government. * This includes, but is not limited to S&T and GMI Regional analysis. * Contractor personnel shall assist NGIC and other community analysts/agencies in the planning, preparation, coordination, and dissemination phases of scheduled and unscheduled assessments and information with short suspense and high-level attention. * Contractor personnel shall provide specialized analytical support to regional analysts, S&T analysts, and collection managers. * Contractor personnel shall be able to perform data input, link-and-nodal and geo-spatial analysis and be able to apply state-of-the-art analytic technology to include drawing on (but not limited to) the Combined Theater - Analyst Vetted, Relational Structured (CT-AVRS) database, Analyst Notebook 6, Ibase 4 SSE, ArcGIS 9.3, WISE, TRAX, Tripwire Analytic Capability, Multi-Media Messaging (M3), A-SPACE, Combating Terrorism Knowledge Base (CTKB), and INTELINK-TS/S/U and periodic updates to these commercially available software applications. * Contractor personnel shall identify significant intelligence trends and propose new or revised analytical efforts to alert leadership to developments and to meet customer needs. * Contractor personnel will conduct analyst-to-analyst liaison with counterpart analysts and similarly focused leaders throughout NGIC and the IC to facilitate the exchange and the discussion of related all source information. * Contractor personnel shall identify intelligence gaps, specify, and submit their collection requirements to NGIC collection manager and analysts. 3.7 TASK 7 DELIVERABLES: The basis for acceptance shall be compliance with this PWS and other terms and conditions of the contract. The Primary, Alternate Contract Officer Representative, Division SIA, and/or Division or Branch Chief will evaluate deliverables for correctness, completeness, sufficiency of technical content, and compliance with appropriate regulations, directives, specifications, and standards. 3.7.1. Task 1 - GMI and S&TI Analysis: 3.7.1.1.1 Link and Nodal Diagrams 3.7.1.1.2 Draft Assessments 3.7.1.1.3 Periodic Database Reports 3.7.1.1.4 Briefings 3.7.1.1.5 Trip Reports 3.7.1.1.6 Collection Evaluations 3.7.1.1.7Data Input Deliverable Format Number Calendar Days After Start Date 3.7.1.1.1 Analyst Notebook/Microsoft Office (Power Point) As required for production As required 3.7.1.1.2 NGIC SOP 1 per quarter per analyst 60 days 3.7.1.1.3 Contractor-Determined Format As required for production As Required 3.7.1.1.4 NGIC format As required As Required 3.7.1.1.5 Trip Reports As required within 3 days of trip 3.7.1.1.6 Collection evaluation 9 per quarter 30 days 3.7.1.1.7 Data Input As Required Within 30 days 3.7.1.2 Task 2 - Cyber, S&T and SIGINT Analysis: 3.7.1.2.1 Link and Nodal Diagrams 3.7.1.2.2 Draft Assessments 3.7.1.2.3 Periodic Database Reports 3.7.1.2.4 Briefings 3.7.1.2.5 Sanitization Requests 3.7.1.2.6 Trip Reports 3.7.1.2.7 Institution Reports Deliverable Format Number Calendar Days After Start Date 3.7.1.2.1 Analyst Notebook/Microsoft Office (Power Point) As required for production As required 3.7.1.2.2 NGIC SOP 1 per quarter per analyst 60 days 3.7.1.2.3 Contractor-Determined Format As required for production As Required 3.7.1.2.4 NGIC Format As required for production As Required 3.7.1.2.5 As required 1 Copy to COR 30 3.7.1.2.6 Contractor-Determined Format 1 Copy to COR As required 3.7.1.2.7 S&T Institution Reports 1 per month per analyst 30 days 3.7.1.3Task 3 - Program Management: 3.7.1.3.1 Program Work Breakdown Structure 3.71.3.2 Monthly Status Reports/Weekly Activities Reports 3.7.1.3.3 Program Management Review 3.7.1.3.4 Travel Expenditure Reports Deliverable Format Number Calendar Days After Start Date 3.7.1.3.1 Microsoft Word, Excel, PowerPoint, Project, Contractor-Determined Format 1 Copy to COR 1st of every month 3.7.1.3.2 Microsoft Word; Contractor-Determined Format 1 Copy to COR; Letter Only to KO Monthly, on 5th Workday; Weekly, on Thursday; Final at the end of the call order 3.7.1.3.3 Microsoft Word/Power Point; Contractor-Determined Format 1 Copy to COR quarterly 3.7.1.3.4 Contractor-Determined Format 1 Copy to COR Monthly, on 5th Workday, Final at the end of the call order 3.7.1.4 Task 4-Threat Finance Portal Support: 3.7.1.4.1 Maintain and Update Portal 3.7.1.4.2 Networking with Threat Finance Customers Deliverable Format Number Calendar Days After Start Date 3.7.1.4.1 Maintain and Update Portals 2 portals As required 3.7.1.4.2 Network with Portal Consumers Trip Reports As required 3.7.1.5 Task 5-Modeling and Simulation: 3.7.1.5.1 Develop a methodology to assess and characterize non-state actors based on existing open systems theory 3.7.1.5.2 Develop a database consisting of intelligence and social science data supporting the Non-|State Actors Framework Assessment (NSAFA) analytic agenda efforts such as Multi Service Force Deployment, Analytical Baselines and war games. 3.7.1.5.3 Produce NSAFA Assessments Deliverable Format Number Calendar Days After Start Date 3.7.1.6.1 Develop Methodology As required Quarterly 3.7.1.6.2 Develop Social Science Database 1 Database Quarterly 3.7.1.6.3 Produce NSAFA Assessment 1 NSAFA As required 3.7.1.6 Task 6-Irregular Warfare Weapons of Mass Destruction Analysis: 3.7.1.6.1 Link and Nodal Diagrams 3.7.1.6.2 Draft Assessments 3.7.1.6.3 Periodic Database Reports 3.7.1.6.4 Briefings 3.7.1.6.5 Trip Reports 3.7.1.6.6 Collection Evaluation 3.7.1.6.7 Data Input Deliverable Format Number Calendar Days After Start Date 3.7.1.6.1 Analyst Notebook/Microsoft Office (Power Point) As required for production As required 3.7.1.6.2 NGIC SOP As required As required 3.7.1.6.3 Contractor-Determined Format As required for production As Required 3.7.1.6.4 NGIC format As required As Required 3.7.1.6.5 Trip Reports As required within 3 days of trip 3.7.1.6.6 Collection evaluation As required As required 3.7.1.6.7 Data Input As Required As required 4.0 Army Contractor Manpower Reporting Application (CMRA) System: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this task order. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. 5.0 Essential Knowledge, Skills, and Abilities (KSA): Contract analysts must have the following KSAs to qualify to perform work under this PWS. 5.1 Expert knowledge of the intelligence cycle and the analytical process that acts on collection to produce information for intelligence databases and products. 5.2 Expert knowledge and experience with intelligence automated systems, especially imagery analysis, signals intelligence and exploitation tools and libraries. 5.3 Senior Principal Analysts must have approximately 15 years of knowledge and experience, Senior Analysts must have approximately 10 years of knowledge and experience, and Analysts must have approximately 5 years knowledge and experience with intelligence operations and its various disciplines, functions, and processes. All analysts must have significant experience with Irregular Warfare problem sets. 5.4 Expert capabilities to research, create, develop, and deliver professional briefings, multimedia presentations, and written reports. 5.5 Expert ability to manage research and coordination for projects. 5.6 Expert ability to instruct and interact with small groups on data and information requirements and coordination tasks. 5.7 Detailed knowledge of DIA, NSA, CIA, DEA, FBI, and Departments of Treasury and State programs and products preferred. 5.8 Some knowledge of information, automation, and full knowledge of intelligence oversight and security guidelines before work starts. 6.0 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of sub-standard services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The contractor's Quality Control Plan (QCP) shall be included with the proposal and will be part of the evaluation. A copy of the comprehensive written QCP shall be submitted to the Contracting Officer (KO) and Contracting Officer's Representative (COR) within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the Contracting Officer's acceptance in writing of any proposed change to his QC system. 7.0 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable level of performance. The Quality Assurance Surveillance Plan will be issued to the contractor after contract award. 7.1 Performance Standards: The contractor's performance shall be evaluated by assessing the key deliverables/actions described in the Specific Tasks in Section 3.0. The performance standards and acceptable quality level of performance for the key deliverables and actions are based on the successful completion of the missions assigned: Mission Success Rating; Exceptional: 95%-100% Very Good:90%-94% Satisfactory: 85%-89% Marginal:80%-84% Unsatisfactory:79% and below The evaluation rating descriptions are as follows: Exceptional- Performance meets contractual requirements and exceeds many to the Government's benefit. The contractual performance of the task being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Very Good- Performance meets contractual requirements and exceeds some to the Government's benefit. The contractual performance of the task being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Satisfactory- Performance meets contractual requirements. The contractual performance of the task contains some minor problems for which corrective actions taken by the contractor were effective. **Marginal- Performance does not meet contractual requirements. The contractual performance of the task being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented. **Unsatisfactory- Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the task contains a serious problem(s) for which the contractor's actions appear or were ineffective. **Evaluation ratings of Marginal and/or Unsatisfactory will require prompt corrective action or may require that the services be rendered again at the Contractor's expense. PERFORMANCE REQUIREMENTS SUMMARY (PRS) Performance Objective Performance Standards Performance Threshold Surveillance Method/Measure Task 1. Af/PAK Surge: contractor executes assigned tasks in accordance with established guidelines and by assigned deadlines. PWS Para 3.1, 3.7.1.1.1, 3.7.1.1.2, 3.7.1.1.3, 3.7.1.1.4, 2.7.1.1.5, 3.7.1.1.6, 3.7.1.1.7 Products submitted in accordance with NGIC digital production standards, DNI Intelligence Community Directive (ICD) 203 and/or established guidelines provided by government task lead, requiring minimal (as defined by GTL) government organizational-grammatical-structural change. Mission Success Rating of Satisfactory Random 85% to 94% Review of products Task 2. Cyber Analysis: Production of SIGINT and/or Cyber-warfare products in accordance with established guidelines and by assigned deadlines. PWS Para 3.2, 3.7..1.2.1, 3.7.1.2.2, 3.1.1.2.3, 3.7.1.2.4, 3.7.1.2.5, 3.7.1.2.6, 3.7.1.2.7 Products submitted in accordance with NGIC digital production standards, DNI ICD 203, and/or established guidelines provided by government personnel, requiring minimal (as defined by GTL) government organizational-grammatical-structural change. Mission Success Rating of Satisfactory Random 85% to 94% Review of products Task 3. Program Management: Completion of assigned tasks in accordance with established guidelines and by assigned deadlines. PWS Para 3.3, 3.7.1.3.1, 3.7.1.3.2, 3.7.1.3.3, 3.7.1.3.4 Products submitted in accordance with established formats and timeframes as agreed upon with the GTLS/COR/KO. Mission Success Rating of Satisfactory Random 85% to 94% Review of products Task 4. Threat Finance Portal Support: Develop and maintain the IC's Financial Intelligence Network Portals. PWS Para 3.4, 3.7.1.4.1, 3.7.1.4.2 Ensure portals continue to serve as communication hubs for the threat finance community within the Defense Intelligence Enterprise with minimal (as defined by the GTL) interruption. Mission Success Rating of Satisfactory Random 85% to 94% Review of products Task 5. Modeling and Simulation: Develop non-state actor databases, Non-State Actor Framework Assessments, and support development of an irregular warfare/social science methodology and data set. PWS Para 3.5, 3.7.1.5.1, 3.7.1.5.2, 3.7.1.5.3 Products submitted in accordance with Customer production standards, DNI Intelligence Community Directive (ICD) 203 and/or established guidelines provided by government task lead, requiring minimal (as defined by GTL) government organizational-grammatical-structural change. Mission Success Rating of Satisfactory Random 85% to 94% Review of products Task 6. Weapons of Mass Destruction: Production of products pertaining to weapons of mass destruction in accordance with established guidelines and by assigned deadlines. PWS Para 3.6, 3.7.1.6.1, 3.7.1.6.2, 3.7.1.4.3, 3.7.1.6.4, 3.7.1.6.5, 3.7.1.6.6, 3.7.1.6.7 Products submitted in accordance with NGIC digital production standards, DNI ICD 203, and/or established guidelines provided by government personnel, requiring minimal (as defined by GTL) government organizational-grammatical-structural change. Mission Success Rating of Satisfactory Random 85% to 94% Review of products 8.0 Annual Surveillance: The COR will perform an annual assessment of overall contract performance utilizing the Contractor performance Assessment Report System (CPARS). The annual rating will be comprised of a compilation of the surveillances accomplished throughout the year. The market place for Installation Support is very competitive. As such, the successful offeror has a vested interest in the Government generated CPARS under this contract. For this procurement the government will address the quality of product or service, schedule, business relations, management, and other important areas. As this information may affect future source selections throughout DoD, and the continuation of the contract, the annual Government assessment will be used appropriately as an additional performance oversight and communication tool with the QASP. 9.0 PERIOD OF PERFORMANCE: The period of performance shall be for one (1) base year of 12 months from the date of award with performance beginning on 16 September 2010 and two (2) option years. A transition period may be required. 10.0 PLACE OF PERFORMANCE: Performance of this contract will be conducted on-site at the National Ground Intelligence Center (NGIC) in Charlottesville, VA 22911-8318, NGIC Special Research Division, Fort Meade, MD 20755-6332, Defense Intelligence Agency, Bolling Air Force Base, Washington DC 20032, at the contract site upon KO request, and within the Af/PAK Theater as required. 11.0 GOVERNMENT FURNISHED EQUIPMENT / MATERIALS / FACILITIES: Government furnished workspace and equipment will be provided as required for performance of the specific task at NGIC. The U.S. Government will also issue Common Access Cards (CAC) to contract employees working on this project as required for access and travel. 12.0 SECURITY: 12.1 The security level for this effort shall be TS//SI/TK/G/HCS-1. All individuals working under this contract must have TS//SI/TK/G/HCS-1 clearances and be immediately available to work on this project. Senior Principal Analyst(s) and Senior Analyst(s) must have, or immediately be able to obtain (within four weeks), a favorable single-scope polygraph for access to Special Access Programs as directed by the government. 12.2 In addition to the standard security requirements, all SIGINT analysts must have, or immediately be able to obtain (within four weeks), a favorable single-scope polygraph and NSA Personal Key Indicator (PKI) certification. 12.3 Work conducted at the Contract-site must be in a SCIF certified for Secret. 13.0 TRAVEL: Costs for transportation may be based upon mileage rates, actual costs incurred, or a combination thereof, provided the method used results in a reasonable charge. Travel costs will be considered reasonable and allowable only to the extent that they do not exceed on a daily basis, the maximum per diem rates in effect at the time of the travel. The Joint Travel Regulations (JTR), while not wholly applicable to contractors shall provide the basis for the determination as to reasonable and allowable. Maximum use is to be made of the lowest available customary standard coach or equivalent airfare accommodations available during normal business hours. All necessary travel meeting the above criteria shall be approved in advance by the Government Task Lead (GTL. Exceptions to these guidelines shall be approved in advance by the Contracting Officer or his Designee. 14.0 Identification of Contractor Employees: 14.1.1 The contractor shall provide each employee with identification (ID) badge made of nonmetallic material, easily readable and including employee's name, functional area of assignment, and recent color photograph of the employee. 14.1.2 Display of ID Badges: Contractor personnel shall wear the ID badge at all times when performing work under this task order at a Government site, including while attending Government meetings and conferences that may take place outside the Government facility. Unless otherwise specified in the task order, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. 14.1.3 Answering Telephones: contractor personnel shall identify themselves as a contractor employee when answering Government telephones. 14.1.4 Utilizing Electronic Mail: When prime contractor or subcontractor personnel send e-mail messages as a part of contract performance (or otherwise related to contract matters), each sender shall include his/her name (both first and last names), e-mail address and the name of the individual's employer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-10-R-0010/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02203537-W 20100715/100713234614-17c3ac66b6d2b7fcd9eaa21baa17cf23 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.