CSOJTF-L J4 OCSIC Combo
ID: H9227724QJ006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)SOCCENTTAMPA, FL, 33621, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking quotes for the Operational Contract Support Integration Cell (OCSIC) to assist the Special Operations Joint Task Force-Levant (CSOJTF-L) J4 Operations at Camp Xiphos, Jordan. The procurement requires two Full-Time Equivalent (FTE) personnel with specific qualifications, including a SECRET security clearance, to provide logistical support and operational contract management over a base year and an option year, totaling approximately 7,200 labor hours. This contract is critical for enhancing mission capabilities in the region, ensuring effective logistics and operational support for U.S. Special Operations Forces. Interested vendors must submit their quotes by September 13, 2024, and can direct inquiries to Damien Tordonato or Devon Elliott via their respective military email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the operational contract support needed for the Operational Contract Support Integration Cell (OCSIC) at Camp Xiphos, Jordan, assisting the Special Operations Joint Task Force-Levant (CSOJTF-L). The contractor will provide skilled personnel for logistical support, requiring two full-time equivalents (FTE) with specified qualifications, including a SECRET security clearance. Key tasks include operational contract support planning, liaison with military personnel, and coordination of logistics across various OCONUS locations such as Kuwait and Iraq. The contractor must manage hiring, monitor performance metrics, and maintain compliance with Department of Defense regulations. Work hours are flexible, totaling 72 hours per week, and contractors must adhere to safety and security protocols, ensuring personnel are trained and equipped for the operational environment. The contract spans an estimated 12 months, with an option for an additional year, and includes requirements for regular reports on costs and personnel status, ensuring transparency and accountability in support of U.S. military operations in the region. This PWS aims to establish clear expectations for contractor support in a complex operational context, facilitating effective logistics for U.S. Special Operations Forces.
    The Special Operations Command Central Support Center issued a Request for Quote (RFQ) for Operational Contract Support Integration Cell (OCSIC) to aid the Special Operations Joint Task Force-Levant (CSOJTF-L) J4 Operations at Ali Al Salem Air Base, Kuwait. The RFQ calls for skilled labor, travel, and other direct costs (ODCs) across a base year and a first option year, totaling approximately 7200 labor hours, with the potential for travel expenses up to $10,000 and ODCs up to $42,000 for each year. Submissions must be detailed with required documentation, including past performance examples similar to the attached Performance Work Statement. The evaluation will prioritize past performance and pricing, determining the best value for the government. Quotes are due by September 13, 2024, with specific instructions for submission and a comprehensive list of compliance regulations and clauses applicable. This RFQ illustrates the government's continual need for robust logistical and operational support to enhance mission capabilities in the region.
    The Request for Quote (RFQ) H9227724QJ006 pertains to Operational Contract Support Integration Cell (OCSIC) for the Special Operations Joint Task Force-Levant (CSOJTF-L) J4 Operations at Camp Xiphos, Jordan. The RFQ outlines a new requirement for two Full-Time Equivalent (FTE) personnel skilled in OCSIC operations, with the contractor responsible for providing support under specific conditions, including that meals and lodging will be supplied by the government at no cost. Key clarifications include that personnel must arrive in the theater with a "Secret" security clearance, and the requirement for past performance documentation aligned with OCSIC capabilities. Contractors will receive two weeks of leave per year, which must be approved, and may need to comply with Joint Travel Regulations (JTR) regarding travel expenses. Pricing for the contract will be evaluated with adjustments considered under special circumstances. While resumes are not necessary for evaluation, contractors must ensure personnel qualifications meet the criteria outlined in the Performance Work Statement (PWS). Additionally, the RFQ allows for the submission of two-page past performance narratives while confirming that the estimated labor hours cover both FTEs for one year. This document serves as a guideline for prospective vendors to secure the contract effectively.
    Lifecycle
    Title
    Type
    CSOJTF-L J4 OCSIC Combo
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Levrack Furniture
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the procurement of furniture for the Command VIP Suite at Camp Lejeune, North Carolina. This opportunity is specifically aimed at small businesses, with a focus on service-disabled veteran-owned small businesses, and emphasizes compliance with federal acquisition regulations. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, ensuring that both technical capabilities and pricing are considered. Proposals are due by 12:00 PM EST on September 20, 2024, with a mandatory site visit scheduled for September 17, 2024. Interested parties should contact Staff Sergeant David Kidd at david.m.kidd.mil@socom.mil or 910-440-0508 for further details.
    SROC Secure Space
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the SROC Secure Space project, which involves procuring, transporting, and installing a modular building measuring 40ft by 45ft in Jordan. This facility will accommodate 10 workstations, a Special Access Program compartmented area, and a briefing area capable of handling TS-SCI level classified material, adhering to stringent DoD and CENTCOM antiterrorism and force protection requirements. The project emphasizes the necessity for vendors and workforce to be U.S. citizens, and requires a signed Controlled Unclassified Information (CUI) Non-Disclosure Agreement prior to accessing project attachments. Interested vendors must submit their proposals by September 9, 2024, and direct any questions to the primary contact, Nelson Sosa, at nelson.sosa@us.af.mil or by phone at 318-457-6218.
    ISS-J II Solicitation
    Active
    Dept Of Defense
    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.
    Antenna Kit Equipment and Components
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for an Antenna Kit Equipment and Components under solicitation number H92257-24-R-0101. This procurement aims to acquire specialized antennas and related components for the Marine Forces Special Operations Command (MARFORSOC), with a focus on ensuring compliance with technical specifications and federal regulations. The selected contractor will be awarded a Firm Fixed Price (FFP) contract based on the lowest-priced technically acceptable proposal, with a delivery deadline set for October 30, 2024. Interested vendors must register under the relevant NAICS code (334111) on SAM.gov and submit their proposals by the specified deadline, with inquiries directed to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
    Office of Small Business Program (OSBP) Networking Event
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is hosting a networking event aimed at small businesses that support national security interests, scheduled for November 7, 2024, in Tampa, Florida. This event, organized in collaboration with SOFWERX, will facilitate engagement between small businesses, government stakeholders, prime contractors, and investors through a "Speed Dating" format, fostering partnerships and opportunities in federal contracting. Participation is limited to two attendees per firm, and interested parties must request attendance by October 17, 2024, while government and prime contractor representatives must secure a networking table by October 22, 2024. For further inquiries, attendees can contact Paul Ward at osbp@socom.mil or call 813-826-2279.
    USSOCOM SOFWERX Private Capital Investor Cohort Assessment Event (AE)
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting a Private Capital Investor Cohort Assessment Event (AE) from October 22-24, 2024, aimed at identifying investors who can support and develop solutions for Special Operations Forces (SOF) capabilities. This event seeks participants with expertise in markets and technologies relevant to SOF interests, as well as experience in accelerator services, to foster a community focused on accelerating capability development. Interested parties, including government, industry, academia, and national labs, must submit their proposals by September 27, 2024, and are encouraged to participate in a virtual Q&A session on September 5, 2024. For further inquiries, contact Ronald Reed at ronald.e.reed.civ@socom.mil or Terry Ann Lewis at terryann.j.lewis.ctr@socom.mil.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Naval Special Warfare Command (NSWC) is seeking to accelerate the development, procurement, and integration of unique capabilities into deployable warfighting capabilities in support of the Joint Force and allied Special Operations Forces (SOF). NSWC is looking to award FAR contracts for projects that enhance the mission effectiveness of special operators and the supporting platforms, systems, components, or material used by NSWC, as well as its interagency and FVEY partners. This Commercial Solutions Opening (CSO) may result in a FAR-based contract.
    Family of Loudspeakers, Dismounted - Request for Information
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking industry input through a Request for Information (RFI) for a Family of Loudspeakers (FOL) - Dismounted platform. The objective is to identify man-portable loudspeaker systems capable of broadcasting live and pre-recorded messages, facilitating crowd control, and integrating with a wirelessly connected End User Device (EUD) for operational efficiency. These systems are crucial for effective communication and crowd management in various operational environments. Interested parties must submit their capability statements by October 8, 2024, and adhere to specific data protection guidelines for proprietary information. For inquiries, contact Elizabeth M. Lopez Mercado at elizabeth.m.lopezmercado.mil@socom.mil or Stephanie Mathewson at Stephanie.a.mathewson.civ@socom.mil.