Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

U -- Tactical Information Operations Training

Notice Date
1/14/2021 11:31:27 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVAL SPECIAL WARFARE COMMAND SAN DIEGO CA 921555583 USA
 
ZIP Code
921555583
 
Solicitation Number
H92240-21-I-0003
 
Response Due
2/11/2021 7:00:00 AM
 
Archive Date
02/26/2021
 
Point of Contact
Michelle L Riisma, Phone: 6192434525, NSWK2@socom.mil, Phone: 7577632412
 
E-Mail Address
michelle.l.riisma.civ@socom.mil, NSWK2@socom.mil
(michelle.l.riisma.civ@socom.mil, NSWK2@socom.mil)
 
Description
NAVAL SPECIAL WARFARE COMMAND (NSWC) TACTICAL INFORMATION OPERATIONS TRAINING COURSES OF INSTRUCTION NAICS Code The NAICS Code for this requirement is 541990, All Other Professional, Scientific and Technical Services and the Size Standard is $16.5M. SECURITY CONSIDERATIONS:� The contractor must hold a minimum of TOP SECRET facility level clearance with SECRET safeguarding at time of the proposal submission, and shall maintain the level of security required for the life of the resulting contract.� The contractor must also complete a NIST SP 800-171 (self-)Assessment IAW DFARS 252.204-7019 and results are then (self-reported) via the Supplier Performance Risk System (SPRS) at the time of proposal submission. DUE TO OPERATIONAL COMMITMENTS, THE GOVERNMENT WILL NOT SUPPORT ANY REQUEST FOR NEW FACILITY CLEARANCE LEVELS (FCLs) FROM THIS SOURCE SOUGHT NOTICE OR ANY RESULTING SYNOPSIS OR SOLICITATION. A FCL MUST ALREADY BE IN PLACE AT THE TIME OF PROPOSAL SUBMISSION IN ORDER FOR ANY OFFEROR ON ANY RESULTING SYNOPSIS OR SOLICITATION TO BE ELIGIBLE FOR AWARD. Place of Performance (Site Locations) Place of performance shall include but not be limited to all major NSWC headquarter locations � Coronado, CA, Virginia Beach, VA, Stennis, Mississippi, and Hawaii but also includes other requisite CONUS locations. The specific place of performance shall be determined at the task order level. Anticipated Contract The proposed contract will be a single award, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, with Firm Fixed Price (FFP) provisions. This effort may or may not be set aside, depending on the results of this announcement.� Period of Performance The ordering period is for five (5) years with annual reviews in place for performance standards. The performance periods of individual task orders under this IDIQ will vary. Performance Requirement Naval Special Warfare Command (NSWC) requires training support services for Tactical Information Operations (TIO) Training.� TIO Training is an enduring requirement that provides key operational capabilities to Naval Special Warfare (NSW).� This training shall be designed specifically for Navy and other authorized Special Operations Forces (SOF) personnel responsible for TIO support. The Contractor shall provide the personnel, management, materials, equipment and facilities (not otherwise provided by the Government) necessary to provide Tactical Information Operations Training Courses in the subject areas of TIO-Analyst, TIO Operator, TIO Professional Development (PRODEV) and Sustainment, and TIO Identify, Detect, Monitor, and Enable (IDME).� Course specifications will be defined in the Performance Work Statement (PWS) and associated Appendices which will only be provided to those companies that currently meet the security requirements.� Additional courses under the TIO umbrella not mentioned above are considered in scope of this contract and would be negotiated as necessary. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. The government will use the responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Responses to this Sources Sought request should reference �TIO TRAINING IDIQ�� and shall include the following information: 1. Company name, address, POC name, phone number and email. 2. Contractor and Government Entity (CAGE Code). 3. Business Size under NAICS 541990. 4. Previous similar contracts with the U. S. Special Operations Command or Department of Defense (DOD). If applicable, please include contract numbers and dollar values. 5. Current Facility Clearance Level (FCL). 6. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. 7. Any other pertinent information that would make the responding company uniquely qualified for this effort. Submissions are not to exceed ten (10) standard typewritten pages. All technical questions and inquiries may be submitted within the response. Responses shall be submitted electronically to NSWK2@socom.mil by 11 February 2021. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within these pre-solicitation sources sought notice may change prior to an official solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8768d5856a443888a953af8d4dcb310/view)
 
Place of Performance
Address: San Diego, CA 92155, USA
Zip Code: 92155
Country: USA
 
Record
SN05892873-F 20210116/210114230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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