MODIFICATION
R -- HQ USSOCOM Actionable Intelligence
- Notice Date
- 12/8/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
- ZIP Code
- 33621-5323
- Solicitation Number
- USSOCOM_Actionable_Inteligence
- Archive Date
- 1/6/2018
- Point of Contact
- Richard S. Schnabel, Phone: 8138267037, Matthew J. Strange, Phone: 8138265481
- E-Mail Address
-
richard.schnabel@socom.mil, matthew.strange@socom.mil
(richard.schnabel@socom.mil, matthew.strange@socom.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Description of the Requirement: The purpose of this Sources Sought Notice is to request white papers from industry regarding USSOCOM's Actionable Intelligence requirement. At this time, USSOCOM anticipates soliciting Service-Disabled Veteran Owned Small Businesses (SDVOSB) as a socio-economic set-aside in calendar year 2018. The Actionable Intelligence requirement encompasses a pool of resource personnel across the intelligence functional spectrum including, but not limited to Human Intelligence (HUMINT), Signals Intelligence (SIGINT), Measurement and Signature Intelligence (MASINT) and Target Development. The contractor shall provide all labor (CONUS and OCONUS), equipment, tools, materials, travel, and other items and services necessary to provide analytical intelligence, technical assistance, special industrial security services to support various units and troops. Interested parties shall have the ability to provide approximately 300-400 Full Time Intelligence Analysts with Top Secret/Sensitive Compartmented Information (TS/SCI) level security clearance. All potential offers responding to a subsequent solicitation will be required to possess a Top Secret Facility Clearance at time of proposal submission. SDVOSBs and qualified Joint-Ventures should submit white papers that do not exceed seven (7) pages that address the following areas: • Discuss your experience transitioning a minimum of 300-400 Intelligence professionals deployed in CONUS and OCONUS locations. In the absence of experience, describe transition activities of similar magnitude and the nuances/applicability to the SOF intelligence requirements in CONUS and OCONUS locations • Please describe the number of Intelligence professionals currently employed by your company as a prime or sub-contractor providing intelligence services to the US Government in CONUS and OCONUS locations. • Describe in detail your previous and current experience providing Intelligence professionals across the spectrum of intelligence disciplines. All personnel supporting this effort shall be U.S. citizens and possess a TOP SECRET security clearance with SCI eligibility access. • Describe your process for recruiting and pre-screening Intelligence professionals prior to submission for employment on Government contracts. Please discuss and specify staff hiring, recruitment and retention plans, and marketing efforts that are currently in place or planned to identify qualified labor categories for this effort. White papers, not to exceed seven (7) pages should be submitted NLT 1100 on Friday 22 December 2017 via email to the following addresses: richard.schnabel@socom.mil and matthew.strange@socom.mil USSOCOM intends to have one-on-one meetings with interested SDVOSBs and qualified Joint-Ventures the week on 22-26 January 2018 in the vicinity of Fort Belvoir, VA. USSOCOM invites you to bring no more than 7 attendees to this meeting. Please respond to this notice (richard.schnabel@socom.mil and matthew.strange@socom.mil) by 22 December 2017 with your firm's Name, POC, contact information and CAGE Code if you are interested in participating in this January 2018 event. Tentatively, we anticipate 60 minute time slots for each interested party beginning on 22 January 2018. Your company can request time slots from the KO and will be assigned on a first come, first served basis based on availability. The schedule will be sent to all registered firms' POCs NLT 29 December 2017. NAICS: 541990 FSC: R423 Competition: Any resultant solicitation is anticipated to be a Service- Disabled Veteran Owned Small Business (SDVOSB) Set Aside. This notice is NOT a formal solicitation and does not constitute a Request for Proposal (RFP). Please direct industry questions or comments regarding the pre-solicitation notice in writing to the point of contact below. Proposals will NOT be accepted. Questions may be submitted to: richard.schnabel@socom.mil and matthew.strange@socom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/USSOCOM_Actionable_Inteligence/listing.html)
- Record
- SN04761978-W 20171210/171208231106-b57cea3a456462b008a7745ddf6c0f47 (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 |