GTMO- Security Operations Support (SOS)-2
ID: W91QEX-24-Q-0046Type: Presolicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE is seeking Security Operations Support (SOS)-2 services. These services are typically used to conduct military operations and security cooperation activities in support of the war on terrorism. The services will be provided to JTF GTMO, a subordinate element under the Commander of USSOUTHCOM. The contract will have a Base Period of nine months with three 12-month Option Periods. The NAICS code for this procurement is 561210 Facilities Support Services. For more information, interested parties can contact Tonya Johnson at tonya.k.johnson11.civ@mail.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Joint Information Operations Planning Support
    Active
    Dept Of Defense
    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.
    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.
    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.
    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.
    COCO Intelligence, Surveillance, and Reconnaissance (ISR) Services
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking information from potential contractors capable of providing contractor-owned/contractor-operated (COCO) intelligence, surveillance, and reconnaissance (ISR) services to support Department of Defense (DoD) operations. The primary objective is to identify businesses that can deliver reliable sensor data for land-based operations, including around-the-clock ISR capabilities for overseas missions, requiring trained personnel and non-developmental UAS equipment. This procurement is critical for enhancing operational effectiveness in combat and contingency scenarios, with anticipated performance locations including Fort Huachuca, Arizona, and various OCONUS sites. Interested parties must submit their responses, including a capability statement, by email to the designated contacts by the specified deadline, with no funding available for response preparation.
    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.
    Antenna Kit Equipment and Components
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for an Antenna Kit Equipment and Components contract, specifically for the Marine Forces Special Operations Command (MARFORSOC). This procurement aims to secure antennas and related components, with a focus on compliance with Federal Acquisition Regulation (FAR) guidelines and a delivery deadline set for October 30, 2024. The selected vendor will be awarded a Firm Fixed Price (FFP) contract based on the lowest-priced technically acceptable proposals, emphasizing the importance of adherence to solicitation requirements, including cybersecurity provisions and restrictions on foreign telecommunications services. Interested parties must ensure their primary NAICS code is registered on SAM.gov and submit their proposals by the deadline, with questions accepted until August 26, 2024. For further inquiries, potential offerors can contact Allison O'Donnell at allison.c.odonnell.mil@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
    ESRI
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking Program Management Support and IT Professional Services Consulting Support from Environmental Systems Research Institute, Inc. (ESRI) under a sole source procurement. The requirement includes a range of services related to ArcGIS, such as database architecture design, deployment, implementation, configuration guidance, and various consulting support services. This procurement is critical for enhancing the operational capabilities of USSOCOM through advanced geospatial technology and support. Interested vendors may submit capability statements to Kristen Colyer at kristen.colyer@socom.mil by 12:00 PM EST on September 9, 2024, for consideration in determining the need for competitive procurement.
    Z--Kings Bay Base Operations Support (BOS) I Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.