Special Notice - Update on Timeline and Clarification of Qualifying Criteria - USSOCOM Intelligence Support Services
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jul 12, 2024 12:58 pm EDT
- Original Response Date: Jul 26, 2024 11:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 10, 2024
- Initiative:
- None
Classification
- Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Product Service Code: R423 - SUPPORT- PROFESSIONAL: INTELLIGENCE
- NAICS Code:
- 541990 - All Other Professional, Scientific, and Technical Services
- Place of Performance:
Description
Update on Timeline and Clarification of Qualifying Criteria.
This notice is providing Industry an expected timeline for the RFP release and clarification on qualifying criteria.
The USG is still in the process of revising and gaining approvals for the ISSJ-3 RFP. A separate SAM.gov notice synopsizing the proposed contract action will be published at least 15 days before issuance of the solicitation. For planning purposes expect mid to late August for RFP release.
Type Contract: The proposed contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) CLIN on labor and Cost Reimbursable CLIN for ODCs/Travel. The anticipated IDIQ ordering period is five years, with an option for a second five-year ordering period. This structure allows for a potential total performance period of ten years. The estimated Full Time Equivalents (FTE) for this effort is 270. The Government intends to conduct a competitive procurement through a Service-Disabled Veteran Owned Small Business (SDVOSB) set aside and award according to Best Value Source Selection Procedures. The primary NAICS code for this effort is: 541990.
Acceptable Accounting System: This qualifying criteria will be a requirement for the Prime Offeror (to include all members of a Joint Venture) and its subcontractors.
If all members of a JV do not have current documentation regarding an acceptable accounting system, please submit the Pre-award Survey of Prospective Accounting System Checklist with supporting documentation to your cognizant DCAA and to the Contracting Officer office as soon as possible. An advance copy of the checklist has been attached to this notice to support early submissions. Offerors may submit the completed DCAA Preaward Survey of Prospective Contractor Accounting System Checklist prior to proposal submission to allow sufficient time for DCAA to complete their determination.
Offerors are cautioned that determination of the acceptability of the accounting system must be accomplished to be eligible for contract award. Therefore, Offerors shall be prepared to support DCAA upon the initiation of the audit.
Cyber Security: The Offeror shall have, for itself (to include all members of a JV) and all subcontractors, a minimum Basic Confidence Level score of 110 in the Supply Risk Performance System (SPRS) NIST SP 800-171 Assessment at time of proposal submission.
Attachments/Links
Contact Information
Contracting Office Address
- SOF AT & L-KP 7701 TAMPA POINT BOULEVARD
- TAMPA , FL 33621-5323
- USA
Primary Point of Contact
- LTC Marsha Leventry, Contracting Officer
- marsha.leventry@socom.mil
Secondary Point of Contact
- Amy Jaskela, Contracting Specialist
- amy.c.jaskela.civ@socom.mil
History
- Aug 13, 2024 03:30 pm EDTPresolicitation (Original)
- Aug 10, 2024 11:55 pm EDTSpecial Notice (Original)
- Jun 26, 2024 11:55 pm EDTPresolicitation (Updated)