SOURCES SOUGHT
R -- Social Media Analytics Training - Performance Work Statement
- Notice Date
- 10/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-17-R-0003
- Archive Date
- 12/5/2016
- Point of Contact
- Lanora G. Means, Phone: 9104321503, Jennifer Z. Payne, Phone: 910-432-6978
- E-Mail Address
-
lanora.means@soc.mil, Jennifer.payne@soc.mil
(lanora.means@soc.mil, Jennifer.payne@soc.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number H92239-17-R-0003) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing Social Media Analytics training. The contractor shall provide all personnel, equipment, tools, materials, supervision, other items, and non-personnel services necessary to perform Social Media Analytics Training. Further, the contractor shall have vast experience and specific expertise working in the digital domain, using open source, social media and the internet for research, influence, operations, targeting, and analysis. The contractor shall be technology agnostic and have detailed expertise and past performance with hundreds of different technologies to understand and exploit this space with operational relevance. The contractor shall have a unique, customized training course with perspectives-based methodology at its core to support special operations community personnel and interagency efforts within the digital domain. Please see attached DRAFT Performance Work Statement (PWS) for additional information. Interested parties are requested to provide no more than a 10 page capability statement that: 1. Demonstrates their corporate capabilities and experience and specific expertise working in the digital domain, using open source, social media and the internet for research, influence, operations, targeting, and analysis; 2. Demonstrate experience or ability to provide unique, customized training courses with perspectives-based methodology at its core to support special operations community personnel and interagency efforts within the digital domain; 3. Include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services. The contractor shall also include information on any existing contract vehicles these services these services may be procured under (i.e. GSA). Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov) and have an Active status. Contractors responding to this request are asked to also provide a coversheet with the following information: company's full name and address, DUNS number, any applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the Government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to lanora.means@socom.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 2:00 PM EST on 18 Oct 2016 and shall include reference number H92239-17-R-0003 in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact Ms. Lanora Means via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-1503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-17-R-0003/listing.html)
- Place of Performance
- Address: Fort Bragg, Fort Campbell, Fort Lewis, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Record
- SN04299014-W 20161007/161005234818-99be24a5dbda843c58c9c3f2cce31ca4 (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 |