Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOURCES SOUGHT

R -- Entity Assessments and Training to assess Foreign Ownership, Control, and Influence of OSC Investor Candidates and other Entities

Notice Date
8/15/2024 12:02:00 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
ND72220241751
 
Response Due
8/22/2024 2:00:00 PM
 
Archive Date
09/06/2024
 
Point of Contact
Eric U Darby, Phone: 5712141848
 
E-Mail Address
eric.darby@whs.mil
(eric.darby@whs.mil)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Description
Sources Sought Announcement Notice Washington Headquarters Services, Acquisition Directorate Department of Defense, Office of Strategic Capital Entity Assessments and Training to assess Foreign Ownership, Control, and Influence of OSC Investor Candidates and other Entities Request for Information� Reference No. ND72220241751 The Washington Headquarters Services (WHS) Acquisition Directorate (AD) is conducting market research to locate qualified, experienced, and interested vendors to provide support services to the Department of Defense (DoD), Office of Strategic Capital (OSC). Introduction: WHS/AD is seeking information for potential sources to provide support services to the OSC. This Sources Sought Notice is for informational purposes only. This is not a request for proposal; it does not constitute a solicitation and shall not be construed as a commitment by the government. This notice neither constitutes a Request for Proposal (RFP), nor does it restrict Washington Headquarters Services, Acquisition Directorate (WHS/AD) to the ultimate acquisition approach. No contract will be awarded from this announcement. No reimbursement will be made for any cost associated with providing information in response to this announcement. Currently no solicitation exists. Therefore, please do not request a copy of the solicitation or Performance Work Statement (PWS). Responses in any form are not offers. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be issued. However, responses to this notice will not be considered adequate responses to a solicitation. The Government will NOT accept requests for meetings or briefings. No phone solicitations or email with regards to the status of the Request for Quote (RFQ) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned. The Government does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. As a result of this notice, the Government MAY issue a Request for Proposal (RFP). There is no solicitation available currently. However, should such a requirement materialize, no basis for claims against the Government shall arise because of a response to this Sources Sought Notice, or the Government�s use of such information as either part of our evaluation process, or in developing specifications for any subsequent requirement. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Background: The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition Directorate (AD) is issuing this notice to locate experienced, qualified vendors to provide critical support to OSC. Objective: The objective of this requirement is Assessment of Department of Defense Office of Strategic Capital (OSC) investor candidates and other designated entities. The contractor shall review seven areas of risk: Foreign Influence, Sanctions Affiliations, Military Affiliations, ESG/Legal Risks, Adverse Capital Risk, Counterintelligence and IP Theft Risk. Scope: The contractor shall provide Foreign Ownership, Control, and Influence (FOCI) risk assessments of identified entities by leveraging data-supported research products. The risk assessments and associated debriefings shall include varying levels of complexity based upon OSC requirements. The contractor shall possess and employ deep background in counterintelligence, network infrastructure, and academia to provide the required detailed assessments. The contractor shall provide a mechanism for OSC to remain apprised in the instance of material changes to up-to-ten entities reviewed within the previous 36 months and shall annually provide an updated standard-level assessment for up-to-ten entities entity reviewed within the previous 36 months. The contractor shall maintain a monitoring dashboard, which will deliver an electronic notification to OSC when changes occur to an entity�s sanctions status, adverse media status, dark web status, and adverse capital status. The contractor shall provide guidance to OSC-strategic decision-making supporting counterintelligence efforts. The contractor shall provide ad-hoc training as required to ensure OSC personnel have all knowledge necessary to make informed determinations. The contractor shall support risk assessments rooted in prior executed entity assessment activities. The contractor shall employ a deep background in counterintelligence and FOCI to provide informed consultation to ongoing OSC issue identification and resolution efforts. The contractor shall develop and deliver a 90-minute training presentation educating up-to-10 participating companies and additional OSC personnel about the risks of intellectual property theft, economic espionage, and technology transfer, with a primary emphasis on threats emanating from the People's Republic of China (PRC). Through interactive sessions, case studies, and best practices, the contractor shall equip attendees with the knowledge and skills necessary to identify, assess, and mitigate these critical threats to their investments and operations. The training presentation shall include the following elements: Defining the information requiring protection, Understanding threat actors, with a focus on governments and government proxies, and a special emphasis on the PRC, A review of types of IP theft techniques, focusing on vectors encountered by employees. Special attention is provided to social engineering, recruiting and hiring scams, customer and investor scams, social media, devices, and travel, and Describing mitigation and prevention, including the establishment of clear policies on access, vetting, communication, and reporting protocols. Emphasis is given to education rather than punishment and the need for early and full reporting of potential leaks. The Contractor shall not use the information received during the performance of the Contract or prepared by the Contractor during the performance of the Contract based on information received from the Department for any private commercial purpose (including in connection with a third-party engagement), or any purpose other than to perform the services identified in the Contract. The Contractor agrees that, to avoid actual, potential, or apparent conflicts of interest, for the duration of this contract and 12 months thereafter, the Contractor shall not represent, advise, consult, provide services to, or otherwise engage with an Applicant in connection with financial assistance under OSC (hereinafter referred to as �third party engagement�) unless the Contractor meets agreed-upon conditions for proceeding with third party engagements. QUANTITY AND DESCRIPTION ������� ��� �� Qty Product 1 Surface level risk assessment of entities 2 Standard level assessment of entities 2 Standard-plus level assessment of entities 2 Large level assessment of entities 1 Super level assessment of entities 12 Entity monitoring 2 OPTION: Standard-plus level assessment of entities 12 OPTION: Counterintelligence Strategic Program Advisory Services 1 OPTION: Threat Awareness and Mitigation Training Anticipated Period of Performance: one base period of 12 months and one 12-month option period. Anticipated Contract Type(s): Firm Fixed Price (FFP). NAICS: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541690 - Other Scientific and Technical Consulting Services, Size Standard: 19 million. Submission Details: Interested firms having the capabilities necessary to provide the specified services may submit capability statements covering experience, staffing and technical capabilities. The capabilities� statement should address the license outlined within the scope section above and for each provide information to demonstrate how the firm�s experience and recent past performance (last 3 years) is relevant to the technical areas listed including the dollar value, period of performance, size, and scope of the firm�s prior contracts. All interested firms having the experience, skills, and capabilities necessary to perform the stated requirements are requested to provide capability statements not to exceed seven pages in �Times New Roman� 10-pitch font on 8.5 x 11 paper that include the following information: Company name, address, point of contact name, telephone, email address, and web page. CAGE Code and DUNS Number. Business size status (business size/socio-economic category must be submitted to be used). Vendor acknowledgement and capability to provide personnel that will need to successfully pass a National Agency Check. Documentation that addresses each of the three Critical Task Areas/Elements detailed above. 6)�� A description of Corporate Experience & Past Performance Information for similar contracts and/or projects accomplished within the last 3 years. The description must include where, when, and for whom each similar contract and/or project was performed and a brief description of each contract and/or project, including the size, scope, dollar value, and period of performance. This information must demonstrate how the firm�s recent Corporate Experience and Past Performance (last 3 years) is relevant to DSCA ILMBM requirement. Submission Instructions: The response to this notice is limited to seven (7) single sided pages including all attachments, charts, etc. (single spaced, 10-point font minimum excluding charts and graphics) and should also include current business size status, and any applicable Federal Supply Schedule(s). This indication should be clearly marked on the first page of the response, as well as the eligible business concern�s name, point of contact, address, and cage code. All responses to this Sources Sought Notice must be submitted electronically (via e-mail) to eric.u.darby.civ@mail.mil The Subject Line should state the following: �Sources Sought Response � Office of Strategic Capital Entity Assessments and Training ND72220241751� Facsimile responses will not be accepted. To facilitate a timely and comprehensive review of all submitted responses, firms must respond using the format requested in this Notice. Any deviation from this format may lead to the rejection of the response. Capability Statements must be submitted no later than 5:00pm (ET), Thursday, August 22, 2024. Capability statements will not be returned. No telephone requests will be honored. Proprietary information and trade secrets shall NOT be submitted as part of a response. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is submitted, as it is clearly stated this type of information shall NOT be submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/649657d7408c48beabc16cff05d6a77e/view)
 
Place of Performance
Address: Fairfax, VA 22030, USA
Zip Code: 22030
Country: USA
 
Record
SN07173005-F 20240817/240815230127 (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 |
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.