Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001)
ID: H92402-24-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: INTELLIGENCE (R423)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Intelligence Support Services Joint III contract (H92402-24-R-0001). This procurement aims to provide comprehensive intelligence services, including All-Source Intelligence, Human Intelligence, Signals Intelligence, and more, to support military and humanitarian missions globally. The contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring a total of 270 Full Time Equivalents (FTE) and emphasizing the importance of compliance with security and accounting standards. Interested parties must submit proposals by November 4, 2024, and can direct inquiries to LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.

    Point(s) of Contact
    LTC Marsha Leventry, Contracting Officer
    marsha.leventry@socom.mil
    Amy Jaskela, Contracting Specialist
    amy.c.jaskela.civ@socom.mil
    Files
    Title
    Posted
    The government document outlines guidelines and instructions for offerors submitting proposals in response to a federal task order Request for Proposals (RFP). It emphasizes the importance of using the provided pricing and rate tables to ensure accurate evaluation of bids, including labor categories and unburdened labor rates for both prime contractors and subcontractors. Offerors must input data in specific highlighted cells without altering locked cells or pre-established formulas, as compliance with accounting practices is mandatory. The pricing template includes detailed breakdowns for direct labor, indirect costs—including fringe benefits, overhead, and general administrative expenses—and other direct costs for a proposed 10-year contract. It stresses documentation requirements to support wage rates, indirect rates, and competitive quotes. The overall purpose of this document is to standardize the proposal process to facilitate fair and effective evaluations, ensuring proposals align with regulatory expectations and accurately reflect the anticipated costs associated with the awarded contracts. By adhering to these instructions, offerors position themselves favorably for contract awards from the government.
    The Intelligence Support Services – Joint III solicitation (H92402-24-R-0001) outlines the proposal submission requirements for prospective Offerors interested in providing services to USSOCOM. Offerors must notify the Contracting Officer within ten days of the RFP issuance and ensure all proposals are unclassified and formatted on CD-ROM/DVD-only. The proposal must include five designated volumes covering Qualifying Criteria, Management, Transition, Past and Present Performance, and Cost and Price, with specific page limits and content requirements detailed for each section. Proposals will be evaluated for comprehensiveness and adherence to federal regulations, emphasizing compliance with cybersecurity and facility clearance mandates. Key personnel requirements and organizational conflict of interest guidelines are also highlighted. All proposals must remain valid for 120 days post-submission, with penalties for late submissions according to FAR specifications. This solicitation aims to facilitate the selection of qualified candidates who can provide critical intelligence support efficiently while ensuring compliance with military and federal standards.
    The "Pre-Award Survey of Prospective Contractor Accounting System Checklist" is designed to assess a contractor's accounting system prior to contract awards in federal and state government engagements. Companies must provide detailed responses regarding their accounting practices, compliance with the DCAA (Defense Contract Audit Agency) standards, and adherence to Generally Accepted Accounting Principles (GAAP). The checklist includes various questions addressing prior DCAA audits, compliance with Cost Accounting Standards (CAS), the operational status of the accounting system, and cost identification methods. Critical areas examined encompass the segregation of direct and indirect costs, timekeeping systems, monthly cost determination, and exclusion of unallowable costs. Organizations aiming to bid on Cost-Type contracts must ensure their accounting practices meet stringent federal requirements, providing narratives to support their answers. This document plays a vital role in determining a contractor's eligibility and capability to manage federal funds effectively, ensuring financial integrity and compliance in government contracting.
    This document outlines the scope and requirements for various government contracts related to recruitment, hiring, and retention in support of both U.S. Special Operations Forces (SOF) and Conventional Forces. It categorizes contracts based on the size of the workforce required and the percentage of work performed by the vendor, offering different ratings: Very Relevant, Relevant, Somewhat Relevant, and Not Relevant. Each category details the disciplines involved—ranging from intelligence analysis to security clearance coordination—and the expected experience level of personnel. It also highlights turnover rates, external coordination for security clearances, and insurance requirements for overseas operations. The structure emphasizes the recruitment of skilled individuals, with higher relevance ratings tied to the complexity and scale of the contracts, ultimately reflecting the importance of securing qualified personnel for defense operations. The document serves as a guideline for assessing contractor capabilities and ensuring compliance with performance expectations in government RFPs.
    This document serves as a Letter of Commitment for candidates interested in joining the SOCOM Intelligence Services Support – Joint III (H92402-24-R-0001) program. It expresses appreciation for the candidate's interest and outlines the conditions for consideration for a position with “COMPANY NAME.” Key conditions include the award of the contract, the active security clearance, successful completion of pre-employment requirements (background check and medical/dental screening), and the availability of a matching position upon contract award. Candidates, by signing, indicate their commitment to accepting a role and authorizing the company to submit their qualifications non-exclusively as part of the proposal. A minimum service period of six months is stipulated, underscoring the commitment required should the company be awarded the contract. This letter emphasizes the operational and procedural standards expected in government contracting processes, reflecting the requirements typically found in federal government requests for proposals (RFPs) and grants.
    The Intelligence Support Services – Joint III RFP outlines the evaluation criteria for proposals submitted by Offerors. It emphasizes a competitive best value trade-off source selection process, guided by the Federal Acquisition Regulation (FAR). Evaluations are based on five volumes, with primary focus on Management (Factor 1) and Transition (Factor 2), both rated on technical/risk assessments, while Past and Present Performance (Factor 3) is given a confidence rating. Cost and Price (Factor 4) does not receive a color rating but is essential in the decision-making process. Proposals must meet qualifying criteria to be evaluated, and the Government may select multiple awardees or none based on proposal quality. A well-defined plan for management, transitions, and risk mitigation is crucial, as well as compliance with security and accounting standards. Offerors are encouraged to submit realistic pricing; unrealistic proposals may be rejected. The document emphasizes thorough assessments of past performance, compliant management systems, and effective transition strategies to ensure successful contract execution, reflecting the Government's commitment to efficient and effective procurement processes within federal contracting regulations.
    The document is a Source Selection Sensitive Performance Questionnaire intended for evaluating contractors' performance in federal contracts. It includes sections for contract details, customer information, evaluator identification, and a structured evaluation of performance in key areas such as technical performance, program management, transition, and employee retention. Key points cover how well the contractor met technical requirements, overall contract management effectiveness, responsiveness to issues, and success in hiring and retaining qualified personnel. Evaluators are directed to provide ratings from Exceptional to Unsatisfactory on various aspects of the contractor’s performance, along with supporting comments. A narrative summary section at the end solicits evaluators' insights on future solicitations for the contractor. This document facilitates the assessment of contractor performance to inform future contracting decisions within the context of RFPs and grants. It underscores the importance of contractor evaluations in maintaining quality and compliance in government procurement processes.
    The document outlines a Contract Data Requirements List (CDRL) that specifies deliverables for the Intelligence Support Services-Joint III contract (H9240224R0001). It includes essential data items such as the Kickoff Meeting and Contract Transition Review, Transition In Plan, Weekly Transition Reports, Quality Control Plan, Performance Management Reviews, Daily Manning Reports, and Monthly Status Reports. Each item specifies the delivery format, recipient, frequency, and submission dates, emphasizing proper documentation and communication channels with the contracting office. The contractor is responsible for providing updates on personnel transitions, quality control measures, and overall performance throughout the contract duration. The structured layout is designed to ensure compliance with data acquisition requirements, facilitating oversight by the government and aligning with practices typical of federal RFPs and grants. By detailing each requirement clearly, the document ensures all parties are aware of their responsibilities and timelines, enhancing project management and governance.
    The document outlines a government solicitation for intelligence support services under a cost-plus-fixed-fee (CPFF) and cost reimbursement contract. It specifies the contractor's responsibilities for delivering comprehensive labor, travel, and other direct costs necessary to meet the government's requirements. The contract is structured as an indefinite delivery, indefinite quantity (IDIQ) agreement, with multiple line items outlined for funding and service delivery. Key provisions include compliance with contracting officer's directives, performance evaluation criteria, insurance requirements, and strict protocols for safeguarding sensitive and classified information. The solicitation emphasizes the importance of adhering to security measures related to cyber incidents, outlining guidelines for incident reporting and safeguarding contractor information systems. The contract’s duration extends from July 2025 to July 2030, with options for extension offered up to 120 months. Overall, the document serves as a formal request for proposals, reinforcing regulatory compliance, safety provisions, and operational integrity essential for fulfilling government military objectives.
    The document is a Request for Proposal (RFP) Comment Matrix for federal government solicitation H92402-24-R-0001. It outlines the necessary components for companies to provide feedback on the proposed solicitation documents. The matrix includes sections for company details, comments, points of contact, and references to the specific documents, such as the Statement of Work, Pricing Matrix, and various sections addressing pre-award and performance metrics. The purpose of the RFP Comment Matrix is to facilitate the solicitation process by allowing potential contractors to submit their insights and concerns regarding critical documentation before the final proposal submission. By collecting structured feedback, the government aims to refine the RFP details, ensuring clarity, feasibility, and adequacy of the requirements set forth in the solicitation. This process is paramount for maximizing compliance, enhancing contractor engagement, and promoting effective response strategies in preparation for contract awards. Overall, the document emphasizes the collaborative effort between the government and prospective contractors to achieve successful project outcomes.
    Lifecycle
    Similar Opportunities
    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.
    SOCCENT Intelligence Services Support Contract
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is conducting a sources sought notice for the SOCCENT Intelligence Services Support Contract, aimed at acquiring comprehensive intelligence and operations support for the Headquarters Special Operations Command Central (HQ SOCCENT). The contract requires contractors to provide a range of analytical roles, including All-Source Intelligence Analysts, HUMINT Analysts, and SIGINT Analysts, while ensuring integration with military and civilian intelligence personnel and supporting operations in both CONUS and OCONUS locations. This initiative is critical for enhancing military intelligence capabilities without replacing government staff, particularly in austere environments across the CENTCOM Area of Responsibility. Interested vendors must submit their capabilities statements via email to Capt Jeffrey Wood at jeffrey.s.wood.mil@socom.mil and Lt Col Raissa Kliatchko at raissa.g.kliatchko.mil@socom.mil, with the requirement for contractor personnel to hold Top Secret clearances and be eligible for Special Compartmented Information access.
    Notice of Sole Source procurement
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is initiating a sole source procurement for Maxine MX-T8-3 Kits, which will be acquired exclusively from Intelligent Devices. This procurement is being conducted under the authority of FAR 13.106-1(b)(1)(i), indicating that the government has determined that only one source is capable of fulfilling this requirement. The Maxine MX-T8-3 Kits are critical for enhancing operational capabilities within special operations, underscoring their importance to the mission of USSOCOM. Interested vendors are encouraged to submit capability statements and past performance information to Kristen Colyer at Kristen.Colyer@socom.mil, as the government may consider these submissions in determining whether to pursue a competitive procurement process.
    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.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is inviting responses for the International Special Operations Forces (ISOF) Range 2025, a Request for Information (RFI) event scheduled from March 31 to April 2, 2025, at the Nevada Test and Training Range. The objective of this event is to gather innovative technology demonstrations that address lethality gaps for USSOCOM and its international partners, with a focus on categories such as weapons, visual augmentation systems, demolitions, ammunition, and precision strike systems. This initiative is crucial for enhancing military capabilities and fostering collaboration between private industry and research organizations. Interested parties should submit quad charts by October 28, 2024, for the first tranche and by January 31, 2025, for the second tranche, and can direct inquiries to Marvin Marcia at marvin.marcia@socom.mil.
    TF-3 Haivision Sole Source
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is issuing a sole source contract opportunity for the TF-3 Haivision services, specifically awarded to GovCIO. This procurement involves the acquisition of the HaivisionMCS GuardianCare and Audio-Visual Sustainment services, which are critical for maintaining Video Information Systems (VIDS) in Qatar, requiring 24/7 telecommunication support and on-site field service representative (FSR) visits. The necessity for specialized support is underscored by the unique qualifications of GovCIO's certified FSRs, who possess the required security clearance and familiarity with Task Force Three operations. Interested parties can reach out to Damien Tordonato at damien.c.tordonato.mil@socom.mil for further information regarding this opportunity.
    Synopsis for Global Intelligence, Logistics and Engineering (GILE) Services Recompete
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Intelligence and Security Command (INSCOM), is preparing to issue a Request for Proposal (RFP) for Global Intelligence, Logistics, and Engineering Services. This procurement aims to secure professional support services essential for the Army's intelligence and logistics operations, with the contract set to operate on a Cost Plus Fixed Fee basis over a duration of 60 months. The RFP, identified as W50NH9-24-R-0005, is scheduled for release on October 4, 2024, with a proposal submission deadline of November 4, 2024. Interested vendors, limited to large businesses under NAICS code 541990, must register on the DoD SAFE and SAM websites to participate, and can direct inquiries to Kameron McVittie at 571-588-9186 or kameron.f.mcvittie.civ@army.mil.
    Special Operations Forces Training, Engineering and Maintenance Support IV (SOF TEAMS IV) - Pre-Solicitation Questions and Answers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in Orlando, is preparing to solicit proposals for the Special Operations Forces Training, Engineering, and Maintenance Support IV (SOF TEAMS IV) contract. This procurement aims to provide comprehensive logistics support services, including hardware and software maintenance, logistics, administration, and minor engineering enhancements for Training Aids, Devices, Simulators, and Simulations (TADSS) that support the 160th Special Operations Aviation Regiment (Airborne) at Fort Campbell, Kentucky. The contract will be awarded as a firm-fixed-price arrangement with a base period of 12 months and four optional 12-month extensions, with an estimated total value of several million dollars. Interested vendors should submit their questions regarding the draft solicitation by October 15, 2024, and can contact Justin R. Mauser at justin.r.mauser.civ@army.mil or Jason VanHoozer at jason.d.vanhoozer2.civ@army.mil for further information.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative technologies for the International Special Operations Forces (ISOF) Range 2025, aimed at enhancing Special Operations Forces (SOF) lethality. This initiative involves a Request for Information (RFI) to gather technology quad charts related to various categories, including weapons, visual augmentation systems, and ammunition, with a focus on technologies that have a Technology Readiness Level (TRL) of 7 or higher. The event will take place from March 31 to April 2, 2025, at the Nevada Test and Training Range, where selected participants will demonstrate their technologies in a live-fire environment and engage with military experts. Interested parties must submit their unclassified technology proposals by the first deadline of October 28, 2024, and the second deadline of January 31, 2025. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.