SOLICITATION NOTICE
R -- 'Characterization Research of Foreign Information Environment' Support to Identify Malign Narratives
- Notice Date
- 2/20/2024 12:31:38 PM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 22060-6201 USA
- ZIP Code
- 22060-6201
- Solicitation Number
- HDTRA1-24-Q-0003
- Response Due
- 3/6/2024 9:00:00 AM
- Archive Date
- 03/21/2024
- Point of Contact
- Michelle Etienne, Rorri D. Waters
- E-Mail Address
-
michelle.etienne.civ@mail.mil, rorri.d.waters.civ@mail.mil
(michelle.etienne.civ@mail.mil, rorri.d.waters.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTE: This is a PRE-SOLICITATION NOTICE and is not a request for quote. This notice satisfies the Pre-Solicitation Requirement Described in FAR 5.204 because DTRA intends to Sole-Source this requirement to Deft9 Solutions Inc. a Service-Disabled Veteran-Owned Small Business (SDVOSB). The Solicitation will not be made publicly available as it will only be provided directly to the contract specified. The Defense Threat Reduction Agency (DTRA) provides cross-cutting solutions to enable theDepartment of Defense, the United States Government, and international partners toDeter strategic attack against the United States and its allies; Prevent, reduce, and counter WMDand emerging threats; and prevail against-armed adversaries in crisis and conflict. DTRA's Strategic integration (SI) Directorate supports the mission by Enabling DTRA�s Support to the warfighter through synchronized strategic and operational planning, and effect. Moreover, the SI- Information Resilience Office (SI-IRO) protect the Agency, its programs, people, and infrastructure from the threat of foreign malign influence.� Emphasize positive, transparent, and factual messaging as central to all DTRA missions and a reliable alternative to false narratives that exist in the information environment. Develop and guide strategies for Agency personnel to execute the Agency�s missions in an increasingly complex and hostile foreign information environment. The objective of this requirement is to identify malign narratives related to health security and the use of chemical, biological, and nuclear weaponry for the Strategic Integration Directorate (SI). The procured resourced analysts will study such narratives, tracing their origins, evolution, and flow in and between domains. The overarching aim of DTRA�s unique requirement is to provide DTRA with a capability it currently lacks: the capability to capture, quantify, and understand the resonance and impact of foreign narratives, malign influence, and activities within foreign information environments.� These environments are where most FMI activities aimed at DTRA originate, and creates a gap for DTRA in positive, truthful messaging activities. This gap inhibits effective U.S. government and DTRA decision-making in terms of positive and truthful messaging because much of the foreign-origin malign information enters the U.S. information ecosystem through foreign environments.� It is therefore in DTRA�s interest to gain a deeper appreciation of how information moves in and between these platforms, how the dissemination of false information can be stymied, and how true information can be amplified. The Period of Performance (PoP) for this requirement is six (6) Months. The place of performance will be conducted at a local site of the contractor�s choosing, provided adequate cyber safety protocols are in place. This acquisition is conducted under the authority of 41 U.S.C. 1901 Simplified acquisition procedures, only one responsible source. This will be a firm fixed price contract. The NAICS Code is 541990.� If a contractor believes it can meet the requirements it must furnish information about its services, as well as references from other customers who are using these products and service. Detailed responses must be provided to demonstrate the ability to comply with the above requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received is solely within the discretion of the Government. Additionally, the Government will not pay or otherwise reimburse respondents for information submitted. All documentation and statements received in response to this announcement shall become the property of the U.S. Government. ALL responses must be submitted via email to Ms. Rorri Waters at rorri.d.waters.civ@mail.mil and Ms. Michelle Etienne at michelle.etienne.civ@mail.mil. All responses must be submitted by 12:00 PM, March 06, 2024 and must include business name, point of contact, address, and telephone number with area code.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c00d35087d7c49809af74242c6c9985b/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN06970341-F 20240222/240220230042 (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 |