Notice ID
 
H9224025R0001
 
Department/Ind. Agency
 
DEPT OF DEFENSE
 
Sub-tier
 
US SPECIAL OPERATIONS COMMAND (USSOCOM)
 
Office
 
NAVAL SPECIAL WARFARE COMMAND
 

General Information

Contract Opportunity Type: Pre-solicitation (Updated)

Updated Published Date: Oct 08, 2024 06:47 am EDT

Original Published Date: Aug 15, 2024 12:40 pm EDT

Updated Response Date: Aug 29, 2024 10:00 am EDT

Original Response Date: Aug 29, 2024 10:00 am EDT

Inactive Policy: Manual

Updated Inactive Date: Nov 04, 2024

Original Inactive Date: Sep 13, 2024

Initiative: None

 

Classification

Original Set Aside: Total Small Business Set-Aside (FAR 19.5)

Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER

NAICS Code:

541990 - All Other Professional, Scientific, and Technical Services

Place of Performance:

San Diego, CA 92155

USA

 

Description

H9224025R0001 -  Maritime Special Operations Forces (MSOFS) 2.0

 

This is a Draft pre-solicitation for Naval Special Warfare Command (NSW) Enterprise-wide Maritime Special Operations Forces (MSOFS) 2.0.  This pre-solicitation is not a contract, a request for proposal, a promise to contract, or a commitment of any kind on the part of the Government.  The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not pay for any effort expended in response to this pre-solicitation, nor will the Government return any data provided.  The Government is specifically requesting feedback on the draft RFP for MSOFS 2.0 NLT 29 August 2024.  Please utilize the Q&A form provided as an attachment.  Company capability statements or brochures are not requested nor desired at this time.

 

If not already done so, interested contractors are encouraged to register for the Pre-Proposal Conference on 10 September 2024 at SOFWERX.  Instructions are included in the Special Notice announcement under this same name.

 

BACKGROUND. As a Component under the U.S. Special Operations Command (USSOCOM), the Naval Special Warfare (NSW) Command has a mission to organize, train, equip, and deploy NSW forces. NSW is the premier full spectrum Special Operations Force with absolute primacy in the maritime domain to conduct full spectrum operations, unilaterally or with partners, to support national objectives.


OBJECTIVE. The purpose of the Maritime Special Operations Forces Support (MSOFS) 2.0 contract is to obtain highly qualified services in support of NSW day-to-day operations in all mission areas.


Standards and Guidelines. The contractor shall meet all requirements and responsibilities in support of NSW and shall ensure quality work performance in accordance with the applicable standards and guidelines of this PWS, federal, state, and local laws as well as applicable federal government, DoD, USSOCOM, and any other applicable policies, regulations, and instructions.


Contractor Requirements and Responsibilities. The contractor shall provide all personnel, training, certifications and supervision necessary to perform the services.


SCOPE. MSOFS 2.0 will support NSW day-to-day operations in support of the NSW Commander’s priorities.
Types of Services. This PWS identifies requirements that will provide support to the Government in the following areas: Logistics Support Services, Equipment Related Services, Management Support and other Professional Services; Intelligence Related Services; Engineering and Technical Services; and Administrative and Other Services. Ancillary services, those that may not fall within one of the above service categories, are considered within scope as long as they are incidental to the overall services being acquired. Travel and materials, incidental to the overall services being provided, is considered within scope.

QUALITY ASSURANCE

The Government reserves the right to perform inspections and surveillance to evaluate the Contractor’s compliance to the contract terms and performance of the requirements in the PWS. The Government will assign a Contracting Officer’s Representative (COR) who will be responsible for monitoring performance in accordance with the requirements of the PWS and the Quality Assurance Surveillance Plan (QASP). The COR will make every effort to ensure that the surveillance methods used are conducted in an objective, fair, and consistent manner.

 Contract Discrepancy Report (CDR). In the event of unsatisfactory contractor performance, the CO will issue a CDR that will explain the circumstances and findings concerning the incomplete or unsatisfactory service. The contractor shall acknowledge receipt of the CDR and respond in writing as to how he/she shall correct the unacceptable performance and avoid a recurrence. The Government will review the contractor's corrective action response to determine acceptability and will use any completed CDR as part of an overall evaluation of Contractor performance when determining present or future contractual actions.

PLACE OF PERFORMANCE. Place of performance to be determined at the task order level.

PERIOD OF PERFORMANCE. The ordering period for the base award is five (5) years from contract award date with a two-year option period for a possible total of seven (7) years. The period of performance will be specified at the task order level

The Innovation in Agriculture and Energy Opportunity Zone (IAEOZ) Summit is a pivotal platform for a...
A Federal Contracting Powerhouse for Minority Businesses and Our Commitment to A Total Team Approach...
Investing in Africa offers a unique landscape filled with opportunities and challenges. Effective ca...
Africa's strategic position as a burgeoning hub of innovation and entrepreneurial spirit makes it an...
MBDA Federal Procurement Center

Celebrating National Women’s Day in South Africa

A Perfect Opening to Celebrate the Birth of IAEOZ Summit 2024 Africa National Women's Day in South ...