Joint Information Operations Planning Support
ID: W91QEX24R0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Joint Information Operations Planning Support contract, aimed at providing comprehensive support for operations in the information environment for the United States Southern Command (USSOUTHCOM). The contractor will be responsible for coordinating, training, planning, and executing information operations in alignment with USSOUTHCOM's global objectives, adapting to potential changes in requirements and operational directives. This contract is critical for enhancing the effectiveness of military operations and ensuring readiness in the information domain. Interested vendors, particularly those eligible under the 8(a) set-aside program, should contact Dyan E. Jackson at dyan.e.jackson.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.

    Files
    Title
    Posted
    The document pertains to a federal government effort that encompasses Requests for Proposals (RFPs), federal grants, and state and local RFPs. Its primary objective is to streamline the procurement process and enhance funding opportunities for various projects. Key components include the identification of eligible projects, criteria for applicants, and guidelines for submission and evaluation of proposals. It outlines the importance of compliance with federal regulations, emphasizes transparency in the bidding process, and encourages stakeholder engagement. The support for local initiatives is highlighted, underlining the role of state and local entities in implementing funded projects effectively. Overall, the document serves as a comprehensive guide for potential applicants, aiming to foster collaboration between federal, state, and local governments while ensuring efficient use of public funds.
    The document serves as an addendum to FAR 52.212-1, providing instructions for offerors on submitting past performance evaluations as part of government proposal processes. Offerors are instructed to prepare and send a Reference Questionnaire package to a maximum of three clients relevant to the contract, ensuring responses are received by a specified deadline. The questionnaire includes a cover letter, identification sheets, and an assessment section designed to evaluate compliance with various performance metrics. The evaluation addresses aspects such as adherence to specifications, project management effectiveness, timeliness, cost control, and customer satisfaction, with grading definitions ranging from "Substantial Confidence" to "No Confidence." The cover letter template outlines the purpose of the evaluation and underscores the importance of the respondents' feedback in the source selection process. Additionally, the document emphasizes the need for candor in the assessment to ensure accurate and complete evaluations for federal contracts. The procedure ensures that offerors are properly vetted based on their past performances in similar contracts, which is vital for federal procurement integrity.
    The document outlines the hourly rate sheets for various labor categories under the Joint Information Operations Planning Support for multiple periods, including a base period and two option periods. Each category, such as Strategic IO Planning and Theater MISO Planning Support, features corresponding CLIN/SUBCLIN codes but omits specific hourly rates. It is associated with Solicitation Number W91QEX-24-R-0010.
    The document outlines the Surge Support Pricing List for the Joint Information Operations Planning Support, specifically under Solicitation W91QEX-24-R-0010. It includes a detailed hourly rate sheet spanning various labor categories over several contract periods—Base Period One (11 months), four Option Periods (12 months each), and Base Period Three (12 months). Labor categories listed include Strategic IO Planning, Theater MISO Planning Support, Theater Information Operations, DODRP Liaison Officer, Admin Executive Assistant, and various roles under Website Media Support such as Editor, Journalist, Graphic Illustrator, and Social Manager. Each category is associated with a unique CLIN/SUBCLIN designation. This structure highlights the anticipated demand for specialized personnel in information operations and support roles, indicating a comprehensive approach to surge or after-hours needs. The document serves as a critical reference for contractors and agencies interested in participating in this capability to fulfill government operational requirements.
    The document, W91QEX-24-R-0010, contains questions and answers related to the Joint Information Operations Planning Support solicitation. Key clarifications include that the contractor is only responsible for website content and availability, not internet connectivity, and that all positions require specific security clearances. Additionally, it confirms that the solicitation allows for pricing adjustments for labor categories and outlines requirements for technical experience, clarifying that a minimum of three years' relevant experience is needed for past performance submissions.
    The document outlines a Federal Request for Proposal (RFP) for the provision of various personnel and services to support the United States Southern Command (USSOUTHCOM). The solicitation includes details regarding the types of personnel required, including Strategic Information Operations Planning personnel, MISO Planning Support personnel, Theater Information Operations Support personnel, and Administrative Executive Assistants. These roles are to be fulfilled on a full-time basis over the course of 12 months, with specific mentions of tasks outlined in a Performance Work Statement (PWS). Additionally, the RFP specifies guidelines related to payment terms, delivery methods, and reporting obligations for contractors, emphasizing a need for compliance with federal regulations. Critical elements include options for surge support and travel reimbursements, subject to prior approval. The purpose of the RFP is to secure qualified contractors who can meet the demands of USSOUTHCOM’s operational objectives efficiently while adhering to government standards and regulations. This document plays a vital role in ensuring that the right talent is sourced for strategic military operations, thereby supporting national defense initiatives.
    The document outlines a government solicitation (W91QEX24R0010) for a contract involving support services related to Information Operations (IO), primarily for the United States Southern Command (USSOUTHCOM). The contract requires experienced contractors to provide a range of services, including planning, coordination, and execution of military information support operations both domestically and in Latin America, with specified qualifications for key personnel, performance metrics, and compliance requirements. Key elements include a 30-day phase-in period leading to an 11-month base period, multiple option periods, and multiple deliverables with rigorous reporting and performance standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. The primary objective of this procurement is to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on training and curriculum maintenance related to Tactical Data Link (TDL) interoperability for U.S. and allied forces. This initiative is crucial for enhancing joint military capabilities and ensuring operational readiness through effective training programs. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil or Mary Mezzatesta at mary.l.mezzatesta.civ@us.navy.mil. The project is set to commence in December 2024 and run through December 2025, with options for extension.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    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.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    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.
    Commercial Solutions Opening (CSO) PEO-SDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking commercial solutions to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). The goal is to enhance the effectiveness of software intensive programs, platforms, components, algorithms, and processes. This Commercial Solutions Opening (CSO) may result in an Other Transaction Authority (OTA) or a FAR-based contract. Further information can be found in the attached document. The place of performance for this procurement is Tampa, FL 33621, USA. For more details, contact Christie Orlando at christie.r.orlando.civ@socom.mil or 8138604624.
    Joint Terminal Attack Control Instructor, Simulator Operator, and Resource Manager
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the role of Joint Terminal Attack Control Instructor, Simulator Operator, and Resource Manager. This procurement aims to identify sources capable of providing professional services related to training and simulation operations for Joint Terminal Attack Controllers (JTACs). The services are critical for enhancing the operational readiness and effectiveness of military personnel involved in close air support missions. Interested parties are encouraged to reach out to Scott Hamilton at scott.hamilton.7@us.af.mil or 850-884-7829, or Erin Willcox at erin.willcox.1@us.af.mil or 401-302-1399 for further details regarding this Total Small Business Set-Aside opportunity.
    99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
    DPW Support Services at JBLM/YTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for IT and support services at Joint Base Lewis-McChord (JBLM) through a non-personal services contract. The contractor will be responsible for providing comprehensive IT support, including cybersecurity, hardware and software maintenance, user management, Geographic Information System (GIS) services, Computer-Aided Design (CAD) services, and database administration, all in accordance with the Performance Work Statement. These services are critical for maintaining the operational efficiency of the Directorate of Public Works at JBLM, ensuring that IT systems support the base's infrastructure and mission requirements effectively. Interested vendors must submit their proposals via email by the specified deadline, with all submissions needing to comply with the requirements outlined in the solicitation, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil.
    OPM-SANG Continental United States (CONUS) Schools Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Army Contracting Command-Rock Island (ACC-RI), is soliciting proposals for the Continental United States (CONUS) Schools Services program aimed at supporting the Saudi Arabian Ministry of the National Guard (MNG) International Military Students (IMS) and their dependents. The procurement seeks to provide assistance for these students in traveling to the United States for Department of Defense training and military education, while also fulfilling roles as Country Liaison Officers (CLO) and Assistant Country Liaison Officers (ACLO), in accordance with the Performance Work Statement (PWS). This initiative is crucial for facilitating international military education and fostering relationships between the U.S. and Saudi Arabia. Interested parties can reach out to John McDonald at john.e.mcdonald30.civ@army.mil or (520) 693-0106, or Thomas McKendry at thomas.w.mckendry.civ@army.mil or 602-723-4619 for further details.