W91QEXGOINT

expired opportunity(Expired)
From: Federal Government(Federal)
W91QEXGOINT

Basic Details

started - 21 Apr, 2021 (about 3 years ago)

Start Date

21 Apr, 2021 (about 3 years ago)
due - 28 Apr, 2021 (about 3 years ago)

Due Date

28 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
W91QEXGOINT

Identifier

W91QEXGOINT
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE ARMY (133065)AMC (72600)ACC (74975)ACC-OO (8061)410TH CSB (902)0410 AQ HQ CONTRACT (946)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Regional Contracting Office in Miami (RCO-Miami) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the GEOINT. The intention is to procure these services on a competitive basis.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCE:  Doral, FloridaDISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.
RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”REQUIRED CAPABILITIESInterest parties are requested to respond to this Sources Sought with a capability statement (white papers).White papers: white paper shall provide administrative information, and shall include the following as a minimum:- Name, mailing address, phone number, and e-mail of designated point of contact.- Business type (Large, Small, 8(a) etc.) - Security clearance of the Offeror- Limited to 5 pages explaining Offerors capability in meeting specified requirements as detailed below under "TASKS."If your organization has the potential capacity to perform these contract services, please provide the information as stated by “White papers.” Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.SPECIAL REQUIREMENTS:Contractor personnel do not require security clearances but they must be escorted in and on the facility premises.ELIGIBILITYThe applicable NAICS code for this requirement is 541370 with a Small Business Size Standard of $16.5 million. The Product Service Code is F999. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.The estimated period of performance is for one (1) Base Period of 12 Months and four (4) 12-month Option Periods.The contract type is anticipated to be Firm Fixed Price.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to both Frances A. De Gori at frances.a.degori.civ@mail.mil, and Sherwin Riley at sherwin.d.riley.civ@mail.mil by (28 April 2021) by 1:00 pm (EST) in either Microsoft Word or Portable Document Format (PDF). Any proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted.All questions must be submitted to the individuals as identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.TASKSThe Contractor shall;1) Identify, evaluate, and operationalize emerging publicly available and spatially enabled data sources and technologies. The Contractor shall evaluate and provide a minimum of two summary reports per quarter of new and emerging capabilities that may support USSOUTHCOM mission.   2)  Analytic reporting based on best in class publicly available capabilities in support of USSOUTHCOM missions. Using best in class capabilities, the Contractor shall provide at least 60 timely and relevant analytic products of varying length and complexity based upon tasking coordinated by USSOUTHCOM Intelligence Directorate, Geospatial Intelligence (GID/J236) and the Contractor.3) Support the development of Artificial Intelligence and Machine Learning algorithms to support rapid creation of detection, observations, and analytics from publicly available information.  Disseminate these products to the USG via an Open Geospatial Consortium (OGC) compliant data service and web map dashboard.   Focus of this task is the continued development of the USSOUTHCOM funded Port Imaging Ship Change Exploitation Services (PISCES) maritime monitoring capability.  This capability leverages GFI commercial imagery and code that provides near real-time assessment, no more than 24 hour delay, of probable ship activity at USSOUTHCOM defined locations.   The Contractor is expected to maintain and improve this capability in support of the USSOUTHCOM mission.  This task also contains an option to incorporate commercial mobile analytics and commercial RF (radio frequency) sources to refine and provide additional information to the imagery derived detections.4) Share Open GEOINT analysis tradecraft practices and support tradecraft exchanges with designated U.S. Government agencies.

Doral ,
 FL  33172  USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Doral

Classification

naicsCode 541370Surveying and Mapping (except Geophysical) Services
pscCode F999Other Environmental Services, Studies, and Analytical Support