Search Contract Opportunities

AIRBORNE INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (ISR) SUPPORT

ID: H9225722QJB003 • Type: Synopsis Solicitation

Description

Posted: Aug. 10, 2022, 9:51 a.m. EDT

MARFORSOC requirement for reliable and flexible airborne ISR platform(s) to support special intelligence (SI) collection and ISR Tactical Controller (ITC) training for exercises.

This is a COMBINED SYNOPSIS/SOLICITATION for the MARSOC ISR Services Support supporting Marine Forces Special Operations Command (MARFORSOC). This announcement is prepared per the format in Federal Acquisition Regulation (FAR) Parts 12 and 13 (Subparts 12.6 and 13.5) as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-22-Q-JB03. All interested parties may submit a quote which shall be considered by the agency.

This is a non-personal services contract. The Government shall not exercise any supervision or control over contractor personnel performing the services herein. Such contract service providers shall be accountable solely to the Contractor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04, (effective 25 January 2021) and the DFARS Publication Notice (DPN) 20210603 see edition. The Product Service Code (PSC) for this requirement is U099. The associated North American Industrial Classification System (NAICS) code for this requirement is 611699 with a size standard of $11 Mil.

This requirement is being set-aside in accordance with FAR subpart 19.14 for Service-disabled Veteran-owned Small Business (SDVOSB) concerns. As such, only those quotes from offerors who have represented themselves as SDVOSB concerns within their SAM.gov registration will be considered for award.

TYPE OF CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) performance type Indefinite Delivery/Indefinite Quantity (IDIQ) contract as a result of this solicitation.

Quote submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Offeror shall submit 4 separate volumes: qualifying criteria, technical, past performance, and price (see ADDENDUM 52.212-1 INSTRUCTIONS TO VENDOR-COMMERCIAL ITEMS for additional instructions).

It is the offerors responsibility to scrutinize this solicitation and ensure their quote and submission complies with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must provide a narrative that clearly identifies how your quote will fulfil the solicitation requirements.

Quotes must be received no later than 1:00 PM Eastern Standard Time (EST) on 19 August 2022. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be the most advantageous to the Government. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 120 calendar days from the date specified for receipt of quotes. All Volumes shall be emailed to: joy.n.bearley.civ@socom.mil and samuel.williams@socom.mil, and comply with guidance in ADDENDUM 52.212-1 INSTRUCTIONS TO VENDORS COMMERCIAL ITEMS.

Section B Supplies or Services

CLINs in addition to those identified in the base contract may be established at the Task Order level as necessary. The applicable contract type language identified in the base CLINs will be included with any new CLIN established at the task order level.

Period of Performance (ordering period):

1 Nov 2022 31 Oct 2025

**UPDATE** Quotes are due 19 August 2022. An amendment will be issued shortly with answers to questions and updated RFQ and SOW docs.

Posted: July 26, 2022, 10:48 a.m. EDT
Posted: July 19, 2022, 11:45 a.m. EDT
Posted: July 11, 2022, 10:00 a.m. EDT
Posted: June 14, 2022, 10:28 a.m. EDT

Overview

Response Deadline
Aug. 17, 2022, 1:00 p.m. EDT (original: July 14, 2022, 1:00 p.m. EDT) Past Due
Posted
June 14, 2022, 10:28 a.m. EDT (updated: Aug. 10, 2022, 9:51 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Camp Lejeune, NC 28547 United States
Source
SAM

Current SBA Size Standard
$16.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
On 6/14/22 U.S. Special Operations Command issued Synopsis Solicitation H9225722QJB003 for AIRBORNE INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (ISR) SUPPORT due 8/17/22. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 611699 (SBA Size Standard $16.5 Million) and PSC U099.
Primary Contact
Name
Joy N Bearley   Profile
Phone
(910) 440-0775

Secondary Contact

Name
Samuel Williams   Profile
Phone
(910) 440-0773

Documents

Posted documents for Synopsis Solicitation H9225722QJB003

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation H9225722QJB003

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation H9225722QJB003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > US SPECIAL OPERATIONS COMMAND (USSOCOM) > MARSOC H92257
FPDS Organization Code
97ZS-H92257
Source Organization Code
100099952
Last Updated
Aug. 10, 2022
Last Updated By
joy.n.bearley.civ@socom.mil
Archive Date
Sept. 1, 2022