Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2005 FBO #1330
SOURCES SOUGHT

R -- Open Source Intelligence Support to IO.

Notice Date
7/16/2005
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-05-T-0253
 
Response Due
7/22/2005
 
Archive Date
9/20/2005
 
Small Business Set-Aside
N/A
 
Description
Source Sought FEDBIZOPS Announcement Sources Sought for Support: Open Source Intelligence Support to IO. Title: Open Source Intelligence Support to IO. The NAICS code is 541511, and the size standard is $21MM. THIS IS NOT A REQUEST FOR PROPOSAL. Defense Contracting Command-Washington (DCC-W), in support of the Office of the Secretary of Defense, is conducting a market survey in accordance with FAR 10.0001 to determine the extent of Small Business participation and capability to perform the requirement summarized below and in accordance with the statement of work . Here follows the performance-based work statement: PERFORMANCE BASED WORK STATEMENT(U) Open Source Intelligence (OSINT) Support to Information Operations 1.0 Background: The Information Operations (IO) Directorate in the Office of the Deputy Under Secretary of Defense for Intelligence and Warfighting Support (ODUSD(IWS)/IO) oversees Department of Defense (DoD) IO capabilities. In the past ten years, ever y Commission and Congressional report concerning Intelligence Reform has recommended greater use of and investment in open sources, both in production of stand-alone products and as a baseline for the other intelligence disciplines. During this time, OSIN T has evolved from its very narrowly defined niche of news services and foreign media collection and exploitation to encompass all media sources, commercial imagery, polling data, subject matter experts, gray literature, and a myriad of other publicly avai lable sources. The internet and its associated technologies have exploded across the advanced industrial, commercialized world. Very quickly, the amount of information available in Open Sources on so-called Third World countries and the Non-Governmental Organizations (NGOs) working within them has proliferated. Subsequently, Open Sources are well positioned to provide actionable information against hard targets, particularly in the context of intelligence deficiencies in the trans-national areas of terro rism and nonproliferation. 2.0 Objective: The objective is to develop a repeatable capability for capturing relevant Open Source information about hard-target adversary elite structure and elite decision-making processes, and exploiting such information for the purpose of increasi ng Combatant Commanders unambiguous warning, as well as positively affecting their operational options. 3.0 Scope of Work: The personnel required throughout the period of performance shall be determined based upon the task. Personnel shall be drawn from the following categories: a. Project Manager (1) b. Subject Matter Experts (3-5) c. Technical Writers (1-2) d. Research Analysts (2-3) e. Systems Engineers (2-3) 3.1 Required Experience and Educational Requirements: a. Specific experience in Research & Development (R&D) of deep-web-searching capabilities for generation of Open Source Intelligence (OSINT). b. Recent OSINT products, as a result of such R&D capabilities. c. PhD for Technical Lead. d. MS/MA degrees, or clearly equivalent experience, for all Researchers and Engineers e. A current Top Secret clearance for all persons involved. Exceptions granted on by-name basis, with thorough justification. f. A broad understanding of OSINT role in the Intelligence cycle. 3.2 Desired Experience and Educational Requirements: a. Minimum of 3-year direct involvement with deep-web collection systems development and operations, for Intelligence generation. b. Military or interagency experience. 3.3 Task 1: Develop/Control Design: Contractor will work with the ODUSD(IWS)/IO, and Dep.Dir, SCP&A, as well as other staff elements, to control design to the OUSD(IWS)/IO objectives and purpose. Specific areas of interest include but are not limited t o: a. National Security Objectives (IO-specific) b. Predicted adversary responses c. Indications and Warnings d. Political ramifications e. Consequence management f. Risk mitigation strategies g. Media response and Public Affairs preparation h. Public/Media response 3.4 Task 2: Conduct a Planning Conference: Contractor will conduct a planning conference, in the National Capital Region (NCR) late Summer 2005. Participants will be Action Officer level (O4-O5) or civilian equivalent. These attendees will review IO Concept of Operations (CONOPS), articulate stakeholder positions and determine the issues associated with IO. Invitees will be limited to appropriate attendees based upon objectives. 3.5 Task 3: Design, Develop, Operate and Demonstrate tools methodologies, and detailed, lucid procedures for deep-web collection: The contractor shall develop: 3.5.1 Generate a detailed approach, in writing, along with original software tools, for collecting and exploiting information from all relevant Open Sources regarding specific hard-target adversaries as named by the Government. 3.5.2 Develop a methodology for addressing elite dynamics. 3.5.3 Develop system of reference: logical storage and intuitive search/retrieval (e.g., database) for collected information. 3.5.4 Generate written reports, briefings, and visual representations of the information collected, analysis conducted, and conclusions reached. 3.6 Task 4: Facility and Logistics: The Contractor is responsible for securing appropriate facilities in the NCR to conduct the planning conference, and for R&D. Personnel assignments for R&D will be managed by the Contractor, with approval of the ODUS D(IWS)/IO staff. 4.0 Deliverables: All deliverables, code, background papers and/or analyses resulting from this task shall be delivered in hard copy and electronic format to the EXCOM Secretariat and shall be the property of the DoD. A copy of all materials also must b e sent to the Contractor Officer Technical Representative (COTR). 4.1 The Contractor shall provide all materials and execute coordination meetings with the Government in accordance with paragraph 3, Tasks and Technical Requirements, including sub-tasks 3.1 - 3.6, at a minimum. 4.2 The Contractor shall provide interim reports, in briefing and text format as directed by the (COTR) to ensure progress on the development of materials, tools and methodologies. 4.3 The contractor shall develop and produce all materials, tools and methodologies in accordance with paragraph 3.5, in a timely fashion ensuring sufficient opportunity for ODUSD(IWS)/IO review, including final report and briefing. 4.4 Final report, in briefing and text format for presentation to IO SES and Under Secretary-level, time and location to be determined, will be provided no later than 30 days after project conclusion. This stand-alone summary document will provide an acc urate and comprehensive record of the substantive results of this project. It will include sufficient detail and supporting documentation so that the reader is able to understand the significance of how and why results were generated. The fundamental iss ues and outcomes reported will help support the refinement of IO and may provide the basis for new initiatives in IO. Specific areas that will be reported (at the discretion of the COTR) will include: a. National Security Objectives (IO-specific) b. Predicted adversary responses c. Indications and Warnings d. Political ramifications e. Consequence management f. Risk mitigation strategies g. Media response and Public Affairs preparation h. Public/Media response 4.5 The Contractor shall deliver project managers monthly Funds & Man-hour Expenditure reports to the COTR. Within five (5) working days from the last day of each month, the contractor shall submit one hard copy of this report to the EXCOM Secretariat, and one copy to the COTR. 5.0 Travel/Other Direct Costs (ODC): Contractor personnel shall be required to travel within, as well as outside of their local city or base of a ssignment commuting vicinity, as required by the Government. The COTR or Task Monitor will establish travel requirements (assume 10 Trips to the Pentagon to expedite staff approval packages). Estimated amounts shall not be exceeded unless authorized by t he COTR or Task Monitor. Per Diem and travel rates shall not exceed the amount authorized in Government-approved documentation. Airfare shall be the prevailing rates for commercial airlines at tourist class. When required, the most reasonable means of g round transportation (i.e., taxi, bus, train, and car rental) shall also be used. In specific instances, the contractor shall be required to purchase incidental supplies/parts/equipment to perform his/her aforementioned tasks. The contractor shall purcha se hardware and software to include associated licenses as required to complete this effort. The contractor shall obtain advanced, explicit written permission to make purchases by the COTR/Task Monitor. Receipts shall be provided to the COTR/Task Monitor after purchase. 6.0 Place of Performance: Work will be limited to the local area, including ODUSD(IWS)/IO spaces, contractor-selected sites (for the conduct of conferences and R&D operations), and contractor facilities. 7.0 Security: The contractor shall adhere to all DoD security regulations, requirements, and procedures concerning the handling and storing of classified information. The DD Form 254 will be executed by appropriate customer security oversight office ov ersight upon contract initiation. The contractor may be required to store classified information at its own facilities. Contractor personnel must possess a current (within five (5) years), favorably adjudicated, Top Secret/Single Scope Background Investi gation (TS/SSBI), a TS/SSBI security clearance, and be DCID 6/4 eligible. Per DoD 5200.2R, The Personnel Security Program, a personnel security clearance is valid if the SSBI date is not greater than five years and there has not been a single break in rel ationship with DoD greater than 24 months. If an individuals clearance is outdated or within the last year prior to expiration, the contractor must submit a receipt from the Defense Security Service indicating proof that the Periodic Reinvestigation has been initiated. The Government has the right to remove or prohibit a contractor employee access to the work site if the contracting officer or COTR, in his/her discretion finds the employee does not meet the security requirements for such assignment. 8.0 Period of Performance: Immediately upon award of contract through completion of the exercise, most likely six months. 9.0 Contractor Quality Control & Responsibilities: The contractor shall submit their quality control procedures for contracting officer acceptance with their proposal, and maintain a quality program to ensure services are performed in accordance with th is contract and established commercial and regulatory standards. The quality control plan shall reflect the remedies offered by the contractor for non-performance. Government personnel will monitor the success of the quality program. Contractor Responsibilities: Contractor resumes for this effort shall be provided with the contractors proposal. Upon Government review and acceptance of proposed individuals, the contractor has up to fourteen (14) calendar days for location to the cont ract performance site and to begin contract performance. Substitute / replacement personnel shall be coordinated with the COTR and Contracting Officer. All proposed substitutes / replacements shall have qualifications equal to or higher than the qualific ations of the person replaced. Questions relating to contract vehicles and their limitations shall be directed to the COTR. 10.0 Government Quality Assurance: The Government shall rely on the contractor to provide quality service through maintaining an effective quality control program. However, the Government representa tive will evaluate the contractors performance through various methods of surveillance. Government personnel will record all surveillance observations. When an observation indicates defective performance, the quality assurance personnel will require the contract manager on site to initial the observation. Government surveillance of tasks not listed in the PBWS or by methods other than those listed in the PBWS may occur during the performance period of this contract. [end PBSW] Capability statements should be as complete as possible and include a brief description of your experience, as well as that of any potential subcontractors, as related to the SOW, and it should describe your capability to obtain any necessary resources. W hen responding to this notice, please identify your company as either small business, 8(a) or HUB Zone, as applicable. Small Business contractors are encouraged to comment on the Statement of Work. Capability packages must be submitted via e-mail only to Mr. David E. Johnson, at: david.johnson3@hqda.army.mil. Capability packages and/or written comments must be submitted by 3:00 PM EST 22 July 2005. DCC-W point of contact is Mr. David E. Johnson, 70 3-697-6257, email: david.johnson3@hqda.army.mil. No extensions will be granted.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00848893-W 20050718/050716211604 (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.