SOLICITATION NOTICE
U -- Signal Intelligence Support - Provision & Clauses
- Notice Date
- 2/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of the Navy, United States Marine Corps, MARSOC Contracting, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- H92257-15-Q-0055
- Archive Date
- 3/4/2015
- Point of Contact
- Monora M. Sung, Phone: 9104400700
- E-Mail Address
-
monora.sung@socom.mil
(monora.sung@socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Provision & Clauses Combined Synopsis/Solicitation (Company Collective Exercise SIGINT Support) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # H92257-15-Q-0155 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74, Effective July 1, 2014. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 611519. The small business size standard is $15M. The Federal Supply Classification (FSC) for this order is U099. Evaluation Utilizing Simplified Acquisition Procedure (Feb 2015) The U.S. Government intends to award a Firm Fixed Price purchase order to the successful Quoter of this RFQ. The Government will issue an order resulting from this request for quotation to the responsible Offeror whose quotation is most advantageous to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: (1) Personnel Qualifications. The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties in accordance with Statement of Work. Personnel must have secret clearance. (2) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract in accordance with Statement of Work. (3) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. (4) Price. (End of Provision) CLIN 0001 - Company Collective Exercise SIGINT Support; Reference Statement of Work for more details. STATEMENT OF WORK MARSOC, MSOR, 2d MSOB, MSOC G CCE SIGINT Support 1.0 BACKGROUND/DESCRIPTION OF ORGANIZATION REQUIRING SUPPORT Marine Special Operations Company Golf (MSOC G) is a major subordinate element of 2D Marine Special Operations Battalion (2D MSOB), Marine Forces Special Operations Command (MARSOC). MSOC G is comprised of four (4) Marine Special Operations Teams (MSOTs) that contain MARSOC operators with a variety of skill levels and a diverse collection of enablers that will be engaged in the full spectrum of joint special operations. 1.1. Task Purpose and Overall Objective MSOC G has a requirement to conduct full spectrum special operations that are fully coordinated and synchronized among all components of USSOCOM and key interagency organizations, with an ongoing imperative to swiftly evaluate emerging enemy TTPs, and subsequently integrate proven methodologies. The MSOC's Company Collective Exercise (CCE) is designed to be a challenging training evolution where the MSOC can execute full spectrum operations in an unfamiliar environment. This exercise is intended to create an environment where the enabled MSOC can fully integrate all assets in support of both Marine Special Operations Teams (MSOTs) and the MSOC mission. The exercise requires a realistic scenario that will allow the MSOC to simulate deploying to a specified operational environment where they will be able to conduct full spectrum operations. MSOC G is conducting their CCE from 8 March 2015 -20 March 2015 in Camp Atterbury and the Muscatatuck Urban Training Center (MUTC) in Indiana, while also planning to utilize the cities of Indianapolis and Cincinnati, Ohio as well. The specific requirements will continue to evolve and expand. However, the general signals intelligence requirements for this exercise are listed below: 1.2. The Signals Intelligence (SIGINT) package - Requirements exist for a simulated network where SIGINT Role Players act as both civilian and enemy personnel who pass specific information across multiple types of communication devices to replicate the current informational and signals environment. Personnel required include; Signals Intelligence Role Players/Aggressors and Signals Intelligence Subject Matter Experts (SMEs) with the necessary required clearance levels for the specified training. The execution of SIGINT within CCE will take place using the existing electromagnetic environment (EME) at MUTC. 2.0. Exercise Design and Management Support Requirements. The contractor shall provide the following exercise design and management support requirements in support of the MSOC G CCE: 2.1. Support the CCE scenario designed to challenge MSOC G intelligence collectors and their leadership with regard to their target selection, nomination, analysis. Develop a CCE scenario that covers aspects of SIGINT and integrated lethal and non-lethal Targeting. Ensure that all SIGINT related scripting coincides with the overarching CCE scripting as designed by the 2D MSOB Training Cell. 2.2. The scenario shall support and allow for the conduct of: SIGINT analysis, SIGINT collections (contact MSOC G Intelligence Officer for classified specifics), and targeting. 2.3. The contractor shall assist in the development and management of the Master Events Scenario List (MESL) for the CCE and assist the 2D MSOB Training Cell and MSOC G Trusted Agents in daily exercise management, while also coordinating with the 2D MSOB Training Cell scripters on an as-required basis leading up to execution of CCE. 2.4. The contractor shall complete independent work outside of scheduled meetings to produce scenario related products support for the conduct of CCE (Examples: Initial Intelligence Situational Brief; SIGSUMs and SIGINT reporting; Open-source reporting, etc.) Any products that classify as start-up data need to be available for review seven (7) days in advanced IOT ensure a "warm start." Other products to be disseminated throughout the execution of the exercise will be made available to the 2D MSOB Training Cell no later than 1 month prior to execution to ensure full integration into the MESL. 2.5. The contractor shall provide instruction and guidance to greater enhance SIGINT collection and all-source analysis. The contractor's subject matter experts (SMEs) shall focus heavily on integration and employment of intelligence assets including, but not limited to: Task Organization; Report Writing; Meeting Preparation (Key Leader Engagement, Liaison, HUMINT); Meeting Conduct; Asset Validation (to include, but not limited to, Counterintelligence Flags, Vetting, and Operational Testing); Integration and employment of ALL Intelligence Disciplines; Pattern and Trends Analysis; Database Management; Report Quality Control; Risk Identification, Evaluation and Mitigations (Unit, Mission, Political); and PIR development. 2.6. The contractor shall incorporate indications and warnings for green on blue threat and, if the threat is not identified, incorporate green on blue attacks. 2.7. The contractor will ensure that scenario is as free play as possible, taking into consideration the limited support personnel and budget. 2.8. The contractor shall ensure that the role players are familiar with their roles, understand the script concept, and how they play into and interact with the overarching scenario. 2.9. Immediately upon award of this contract, the contractor shall work through the Atterbury Muscatatuck Center for Complex Operations to coordinate the use of their Electromagnetic Environment (EME) as the primary environment for use in the exercise. The contractor shall confirm the reservation of the EME no later than 19 February 2015. 3.0. Personnel Requirements (Exercise Control). The contractor shall provide no less than three (3) MSOC SIGINT SMEs. The SMEs must have no less than 10 years SIGINT experience, with no less than 5 years Special Operations experience, to include recent and relevant experience in Joint Special Operations, Preparation of the Environment (PE), Unconventional Warfare (UW), and must have strong experience building and managing exercises for such unique and hybrid activities. The team of three (3) SMEs collectively will have SME experience in the following: Mode 0/1/2/3 collection, analysis, report writing, and dissemination procedures. The contractor SMEs shall have experience in exercise design and development for Joint Special Operations (JSO), including scenario construction, script writing, and exercise management; and must have a robust capability to integrate the exercise construction with exercise infrastructure and interagency replication. Furthermore, the contracted SMEs must have a full understanding of the roles and missions of MARSOC and USSOCOM and must have experience with the TTPs used in JSO and interagency intelligence collection. Specific functions and responsibilities for the required SMEs are listed below. 3.1. All EXCON members participating in the MSOC G CCE will not divulge information to the operators beyond what is outlined in the scenario or that which would unfairly assist the operator(s) to arrive at solutions or overcome challenges. 4.0. Personnel Requirements (Role Players). The contractor shall provide eight (8) Adaptive Role Players in order to mimic a complex signals environment that coincides with the MSOC CCE objectives. The contractor will provide all required equipment for the role players to work on the MUTC EME. 4.1. The contractor shall provide sufficient personnel to provide the man hours required per the projected requirements for the CCE full iteration of the dates required. The contractor shall support the training with Role Players (RPs), to allow for up to 10 hours per day of consecutive or non-consecutive hours, per the CCE scenario. Rotating shifts of RPs is acceptable. 4.2. The contractor shall provide the flexibility to support minor changes in the training schedule due to inclement weather delays or resource availability. 4.3. The contractor shall ensure that a favorable background National Agency Check/Local Agency Check (NAC/LAC) or equivalent is completed for all personnel performing in support of the MSOC G CCE. The contractor shall be responsible for performing and paying for background checks prior to performance and shall submit a memorandum of a by name list of individuals cleared for the MSOC G CCE to the G7 Contracting Officer's Representative (COR) and the MSOC G Technical Representative (TR) no later than 15 days prior to the start of the exercise.. 4.4. The contractor Adaptive Role-Players (ARPs) shall be capable of executing all scripted actions without direct Exercise Control support. The ARPs shall act out assigned roles IAW assigned scenarios and CCE guidance. Role players shall wear clothing suitable to the role and environment in which they are required to operate. All ARPs must possess a valid photo ID at all times during execution of the MSOC G CCE. 4.5. The contractor shall ensure that the ARPs are medically and physically capable of performing duties as required within the scope of the MSOC G CCE. The contractor shall withdraw on request and replace any Adaptive Role-Player due to lack of professionalism, discipline, disqualifying health condition or safety hazard. 4.6. The contractor shall ensure that the ARPs do not deviate from the training scenario without guidance from the 2D MSOB Training Cell or MSOC G Trusted Agents. The contractor shall ensure that all Adaptive Role Players participating in the MSOC G CEE do not divulge information to the operators beyond what is outlined in the scenario or that which would unfairly assist the operator(s) to arrive at solutions or overcome challenges. The ARPs shall provide input to MSOC G based on observations of the training. 4.7. The contractor personnel supporting the MSOC G CCE shall sign a non-disclosure statement (U.S. Government Standard Form 312) in reference to all training; TTPs that they are exposed to during the MSOC G CCE. 4.9. The contractor shall ensure that all personnel supporting the MSOC G CCE shall attend an in-brief and be familiar with the exercise scenario and be responsible for learning and executing tasks in accordance with specific scenario information provided by the 2D MSOB Training Cell. 4.10. Transportation: The contractor shall coordinate and secure proper transport of personnel, weapons, and equipment used by role players during the CCE. Vehicles provided by the contractor shall be capable of off road driving. 4.11. Each role player must be willing and able to conduct force on force training using simulated munitions and/or Special Effects Small Arms Marking Systems (SESAMS) as well as diversionary grenades (flash bangs). Personal protective equipment is to be provided by the customer. 5.0 Deliverables (Exercise Control). 5.1 The contractor shall ensure that all required CCE scenario supporting documents (e.g., Intelligence Situation Briefs, Signals Intelligence Summaries (SIGSUM), etc.) to include the complete CCE scenario are coordinated with and provided to the 2D MSOB Training Cell and MSOC G to support the planning and execution of the MSOC G Company Collective Exercise (CCE). 5.2. The contractor shall provide the Initial Signals Intelligence Situational Brief to MSOC G HQ no later than O/A 16 February 2014. Intelligence materials, reports and products shall include appropriate documents in the areas of SIGINT. The contractor shall coordinate with the 2D MSOB Training Cell and MSOC G Intelligence Officer to ensure products are delivered as required to support the CCE. Examples of such intelligence products include the following: • SIGINT: o Standardized Reports o Previous unit SIGSUM o Historical SOI List o Known targeting-related information on persons of interest. o Current target deck (white and red) o RF characterization for any and all areas that will be utilized during MSOC G CCE (MODE 1/2/3) 5.4. During the execution of the exercise the contractor shall deliver (via their Exercise Design/Execution Program), precise exercise performance feedback to assist MSOC G. The SMEs will describe in detail their methodology to provide this deliverable to MSOC G in order to help accomplish the goals set forth by the CO of MSOC G. 5.5. The contractor shall deliver an after-action report (AAR) regarding potential improvements/critiques of the MSOC/MSOTs performance during the CCE training event and shall be prepared to brief the AAR to the Company upon the conclusion of the training. The contractor's AAR format is acceptable. 5.6. All scripted products are to become property of the customer upon completion of the exercise. 6.0. Security. All SMEs performing in support of the MSOC G CCE shall possess a Secret or above level security clearance, up to TS/SCI, at the time of award. All Adaptive Role Players performing in support of the MSOC G CCE must possess a SECRET security clearance at the time of award. 6.1 Security Guidance. While performing duties within MARSOC owned and operated facilities, the contractor must adhere to all service/component command/local security directives, regulations, and standard operating procedures at each contract performance location. The Program Manager will provide a copy of all applicable security directives for this contract. Appropriate local service/component command security directives, regulations, and standard operating procedures will be provided by the requiring agency (normally through the Performance Monitor or component command COR). Upon completion or termination of the classified contract, or sooner when the purpose of the release has been served, the contractor will return all classified information (furnished or generated) to the source from which received unless retention or other disposition instructions are authorized in writing by the MARSOC Government Contracting Agency/Activity. Furthermore, the contractor will account for and return to the appropriate issuing office, all Common Access Cards (CAC), security badges, installation entry passes/vehicle decals issued to contractor personnel upon completion or termination of the classified contract, termination of employment, or suspension of classified clearance or access of any contractor employee. 7.0 Travel. The contractor shall be responsible for all travel in support of the contractor provided personnel supporting the MSOC G CCE to be executed throughout Indiana including all training areas. The contractor shall make all travel reservations and not be reimbursed for travel expenses prior to the period of performance. All travel shall comply with the travel procedures and rates of the U.S. Government's Joint Travel Regulations (JTR). 8.0 Lodging and meals. Lodging and meals will not be provided for the contractor personnel supporting the MSOC G CCE and must be coordinated by the contractor. Exercise Control personnel (SMEs) shall be required to transit daily from company training areas to the team training areas. Regarding role players: the contractor shall coordinate and arrange for lodging in vicinity training sites as dictated by the scenario. 9.0. Period and Place of Performance. The period of performance for pre-coordination, scripting, and EXCON support begins upon immediate awarding of the contract and carries through the execution of the exercise from 8 March 2015 - 20 March 2015 in Indiana. 10.0. Storage of equipment. The contractor shall provide the means and be responsible for the storage of contractor provided equipment. 11.0. MSOC G CCE Technical Representatives (TR). The TRs will be Capt Ed Brown, Capt Kevin Shuler, and SSgt Matthew Hamm. (End of Statement of Work) The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. PROVISION / CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2014) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2014) FAR 52.212-4 Contract Terms and Conditions Commercial Items (DEC 2014) FAR 52.219-1 ALT 1 Small Business Programs Representations (OCT 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-99 (Dev) Establishing a Minimum Wage for Contractors (Deviation 2014-O0017)(JUN 2014) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7000 Disclosure of Information (AUG 2013) DFARS 252.204-7004 ALT A System for Award Management. (FEB 2014) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) PROVISION / CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil FAR 52.212-3 Offeror Representations and Certifications Commercial Items (DEC 2014) Alternate I (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2014) (Reference attachment for applicable clauses) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms (JAN 1991) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (Reference attachment for full text) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) (Reference attachment for full text) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (2005) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9004 Foreign Persons Section K (2006) SOFARS 5652.252-9000 Notice of Incorporation of Section K (1998) All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://www.sam.gov *** It is very important that all vendors follow all instructions provided below, when quotes are submitted *** Vendors are required to register or update their registration on the System for Award Management website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact SSgt Sung, Monora at 910-440-0700 or 910-440-0774 or Email: monora.sung@socom.mil All questions are due by 1200 (12:00 PM) EST February 12, 2015. Questions shall be directed to SSgt Sung, Monora, Contract Specialist, Email: monora.sung@socom.mil. Questions are requested to be submitted via Email. Answers to all questions received will be posted via amendment to this solicitation no later than 1200 (12:00 PM) EST February 13, 2015. Quotes will be accepted via email only. Late submissions will not be considered. The burden of insuring the Vendors' quote is received by this office, within the stated timeframe, is the responsibility of Vendor. Please submit your quotations via any method listed below: E-mail SSgt Sung, Monora at monora.sung@socom.mil For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Vendors are responsible for allowing adequate time for transmission to be completed. The Vendor bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H92257-15-Q-0055/listing.html)
- Record
- SN03638235-W 20150212/150210234717-733f702ff760f7dbbe2dc6efb3ee7721 (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 |