Vendor Due Diligence
ID: H9223925R0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT LIBERTY, NC, 28310-5200, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
    Description

    The U.S. Department of Defense, specifically the U.S. Army Special Operations Command (USASOC), is seeking industry input for a Vendor Due Diligence initiative under solicitation H92239-25-R-0007. This opportunity aims to identify capable sources for providing comprehensive research and analysis services related to vendor risk management, including supply chain evaluations and compliance assessments, particularly concerning potential threats posed by foreign ownership or influence. The contract, which spans from September 30, 2025, to September 29, 2030, emphasizes the importance of maintaining national security through effective vendor monitoring and risk mitigation strategies. Interested parties must submit their responses by 1:00 PM EST on February 21, 2025, via email to the primary contacts, Debbie Harris and Jonathan Long, whose contact details are provided in the solicitation notice.

    Files
    Title
    Posted
    The U.S. Army Special Operations Command (USASOC) seeks vendor due diligence support through a non-personal services contract. The contractor is responsible for providing comprehensive research and analysis to assess potential risks associated with vendors interested in government contracts, particularly in relation to Army Special Operations Forces. Key tasks include evaluating vendors' supply chains, compliance records, financial stability, and assessing their potential for Foreign Ownership, Control, or Influence (FOCI). The contract spans from September 30, 2025, to September 29, 2030, and includes a commitment to quality control, with the contractor required to submit a Quality Control Plan within 15 days of contract award. The contractor must deliver a specified number of vendor due diligence reports, maintain software for continuous operation, and provide a centralized data repository for tracking vendor evaluations. Compliance with various federal regulations and ongoing monitoring of vendor activities are also critical to ensure national security interests. The document establishes performance evaluation metrics to ensure high standards are met, emphasizing the current operations' significance in mitigating potential threats posed by vendors.
    The US Army Special Operations Command has issued a Request for Information (RFI) under solicitation H92239-25-R-0007, seeking industry input for Vendor Due Diligence, Risk Identification & Characterization, Monitoring, and Alerting services. This RFI aims to identify capable sources for Supply Chain Risk Management and Capabilities Protection. Interested parties are invited to submit detailed narratives addressing their corporate capabilities, personnel qualifications, certifications, and relevant experience, adhering to specific guidelines. Respondents must provide information, including company name, address, UEI number, applicable NAICS codes, and business size, as well as a brief Statement of Capability answering pertinent questions regarding their Vendor Threat Mitigation efforts. The anticipated NAICS code for this service is 541611, with a size standard of $24.5 million. Responses are due by 1:00 PM EST on February 21, 2025, and must be sent via email. The RFI notice emphasizes that this is for market research only, with no obligation for the government to award contracts based on the responses received. This initiative reflects the government’s commitment to enhancing supply chain integrity and risk management services.
    Lifecycle
    Title
    Type
    Vendor Due Diligence
    Currently viewing
    Sources Sought
    Similar Opportunities
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities at Camp Lemonnier in Djibouti, reflecting the government's commitment to utilizing advanced technology for operational efficiency. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with the specified technical requirements and federal regulations. For inquiries, vendors should contact TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Alaska Prime Vendor (DLA Troop Support Subsistence)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Alaska Prime Vendor contract (Solicitation SPE300-25-R-0011) to supply subsistence food products necessary for military operations in Alaska. The procurement encompasses a wide range of food items, including sauces, soups, frozen foods, fresh produce, and dairy products, with specific pricing tiers and logistical considerations outlined for distribution across two zones in the region. This initiative is crucial for ensuring efficient food supply management to support military personnel, reflecting the government's commitment to effective logistics and supplier engagement. Interested vendors must submit their proposals by March 13, 2025, and can direct inquiries to Matt DePetris at matthew.depetris@dla.mil or Veronica Faso at veronica.faso@dla.mil.
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting quotations for the procurement of AV2011 SATCOM antennas, specifically targeting small businesses under Solicitation Number H92276-25-Q-0005. The requirement includes six antennas that must meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to support operations at Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in military operations, and vendors must ensure compliance with federal acquisition regulations and be registered in the System for Award Management (SAM). Interested parties should submit questions by February 21, 2025, and quotes by February 28, 2025, with evaluations based on technical acceptability and price using a lowest-priced technically acceptable (LPTA) approach. For further inquiries, contact Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    MMB CI Sources Sought Notice
    Buyer not available
    The Defense Counterintelligence and Security Agency (DCSA) is seeking sources for Strategic Engagement Subject Matter Experts to enhance counterintelligence support for the Department of Defense (DoD) and the Defense Industrial Base (DIB). The procurement aims to provide personnel and expertise for multi-agency coordination, threat assessment, and strategic planning against state and global terrorist threats, with responsibilities including developing decision briefings and conducting threat research. This contract will span a base year with four one-year options, requiring contractors to maintain stringent security measures, including a TOP SECRET facility clearance. Interested parties must submit their responses, including a capabilities statement and relevant company information, by November 22, 2024, to Joseph Holt at joseph.d.holt14.civ@mail.mil.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    FY 25 U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) Headquarters, Field, & Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing the Army's modernization efforts. This opportunity invites both traditional and nontraditional defense contractors to propose solutions that improve Army sustainment capabilities, focusing on areas such as supply chain innovation, maintenance technologies, and sustainment analysis studies, leveraging advancements in artificial intelligence, robotics, and data analytics. The CSO process includes multiple phases, starting with a solution brief submission, and is open until September 30, 2025, with evaluations based on technical merit and responsiveness to areas of interest. Interested parties can contact Carmen Madere at carmen.m.madere.civ@army.mil or Daniel Magar at daniel.e.magar.civ@army.mil for further information.
    DoD SBIR 25.4 Broad Agency Announcement
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is soliciting proposals under the DoD SBIR 25.4 Broad Agency Announcement, which is set aside for small businesses. This opportunity aims to enhance the Due Diligence Program to Assess Security Risks, as clarified in Amendment 1 of the announcement. The focus is on research and development in the physical, engineering, and life sciences sectors, which are critical for advancing national defense capabilities. Interested parties can reach out to Joel Blaine Ashworth at joel.b.ashworth.civ@us.navy.mil or Tara Randolph at tara.j.randolph.civ@us.navy.mil for further details, with the expectation that submissions will align with the outlined objectives and requirements.
    USACIC FY25 Special Agent Kits
    Buyer not available
    The Department of Defense, through the Army Contracting Command-INSCOM, is seeking proposals for the procurement of Special Agent Kits intended for law enforcement use, specifically for the Joint Terrorism Task Force and Counterintelligence Task Force based in Fort Meade, Maryland. The solicitation includes mandatory items such as body armor, holsters, handcuff cases, biometric handgun vaults, tactical flashlights, and first aid kits, with a focus on compliance with military standards and operational effectiveness. This procurement is crucial for ensuring that law enforcement agencies are equipped with up-to-date and safe tactical equipment, thereby enhancing their preparedness for various operational scenarios. Interested vendors must submit their quotes by March 21, 2025, and can direct inquiries to Contracting Officer Alexandra Johnson or Contract Specialist Evelyn Johnson at the provided contact details.
    Adelphi Contracting Division FY 25 Forecast
    Buyer not available
    The Department of Defense, specifically the Army Contracting Division, is forecasting upcoming federal contracting opportunities for fiscal year 2025, with a focus on research and development in Command, Control, Communications, Computers, Combat Systems, and Intelligence, Surveillance, and Reconnaissance (C5ISR) technologies. The procurement includes several significant contracts, such as Cost-Plus-Fixed-Fee agreements for integrated operations in high-performance computing and professional scientific, engineering, and technical assistance (SETA) support services, with performance periods extending from 2026 to 2031. These contracts are crucial for advancing technological capabilities within the Army and fostering strategic partnerships with industry. Interested contractors should note that solicitation dates are projected for June and November 2025, with the potential for contract values reaching up to $99 million, and should remain aware of the possibility of cancellations as the procurement process evolves.