SOURCES SOUGHT – 19AQMM22N0060
Department of State, Bureau of Diplomatic Security (DOS/DS)
Purpose:
This is a Sources Sought as outlined in FAR Part 10. The purpose of this Sources Sought is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify sources capable of performing the services described herein. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Respondents are advised that the Government will not pay for information submitted in response to this Sources Sought, nor will it compensate interested parties for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this Sources Sought will not preclude a vendor from participating in any future solicitation.
Description of the Requirement:
The Bureau of Diplomatic Security (DS) is particularly interested in businesses capable of providing a part-time certified TAC Systems Analyst with full access to the Think Analyze Connect (TAC) System. Individuals supporting this requirement will require SECRET, and TS/SCI facility clearances. Access to TAC is granted by the Defense Intelligence Agency (DIA).
TAC is a Government Off-The-Shelf (GOTS) system that is owned, operated, and maintained by the Defense Intelligence Agency (DIA) with three different systems, one at each level of access – unclassified, SECRET, and TS/SCI. DIA makes the system available to the intelligence community (IC) as a common tool, accessed through a browser. The TAC Program is a web-based analytic and decision support system that enables real-time and collaborative analysis through persistent querying or streaming of stored data. TAC ingests disparate sources of textual and numeric data that can be either structured or unstructured. Through a combination of algorithmic metrics and user-defined questions, TAC alerts (with Indications & Warnings) and highlights in real-time any input that satisfies a user's questions, as well as any anomalous level of reporting. To accomplish this, TAC provides users a real-time, intuitive, persistent and collaborative analytic capability. TAC is scalable for analyzing problems that are global, high risk and adaptive. Analysis, risk assessment and decision-making accuracy, speed, efficiency and scope are enhanced through the use of TAC.
Scope:
The Contractor shall assist DS analysts by using the DIA provided TAC system to provide a display of multiple levels of information in a manner that allows a user to be vigilant over the information and enable an analyst to view results and status by monitoring numerous and persistent queries against real-time data streams.
The Contractor shall:
a) support account creation;
b) support periodic refresher training, new TAC version transition training, and advanced training through desk-side assistance in the construction of queries and analytic grid frameworks to continually monitor information of interest to this analytic cadre; and
c) assist in the development and implementation of standard procedures for DS data analysts
in the use of TAC.
During the performance of the task order, the Contractor shall provide the following and ancillary services as necessary and appropriate:
a) Training: The Contractor shall provide on-site training pertaining to the standardized data source incorporation and integration into the web-enabled system. The training shall be conducted in connection with the operational employment of the system.
b) Standard Operating Procedures: The Contractor shall assist in the development and implementation of standard procedures to govern the use of the system and the data sets.
c) Technical/Engineering/Maintenance: The Contractor shall assist DS personnel in identifying system operation and performance issues and reporting them to DIA for resolution. The Contractor shall monitor identified issues and advise DS personnel on
status.
d) Program Management: The Contractor shall provide program management support, to include, for example:
a. contract administration;
b. security management;
c. executive oversight of contract performance;
d. programmatic advisory services in support of system employment;
e. client technical and managerial evaluation of system functionality; and
f. requirements generation.
e) Client Analytic Support: The Contractor shall provide:
a. Desk-side assistance in the construction of queries and analytic grid frameworks to continually monitor the essential elements of interest by the client analytic cadre, with concurrent quality assurance, to include assisting users in query development and conducting entity approval and entity database management of the system.
b. The Contractor shall provide analytically responsive systems integration and technical support in pursuit of assigned tasks at the Government’s site.
Required Capabilities:
Contractor shall be certified, fully trained, and experienced to immediately perform the full range of critical services described above to include providing TAC training for all levels of users, tailored to the customer’s mission allowing CS to best leverage the intelligence gathering and analysis capabilities embodied in the TAC system.
A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the scope of work. A viable interested party shall provide relevant examples of previous work or solution implementations, to include client points of contact.
Instructions:
The Government is seeking responses from Small Business and Large Businesses in order to establish an effective acquisition strategy. The responses should include the following information:
A. Company Profile, to include:
1. All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List.
2. If a Small Business, please identify the socioeconomic category of the business (e.g., Service Disabled Veteran Owned, Women Owned, HUBzone, Small Business, etc.).
3. A list of Government wide acquisition contracts held, i.e., vehicle name, contract number, etc., if applicable.
4. UEI Number
5. CAGE Code to include National Industrial Security Program Clearance Information (if applicable).
6. Company Point-of-Contact and contact information, i.e., telephone number and email address.
7. The facility security clearance of the respondent.
B. Technical Capability, to include:
1. Summary of company’s technical capabilities which would support the services described herein. The Government would like to see information regarding whether or not the required knowledge exists in-house or if the company plans to subcontract.
2. A list of up to three (3) contracts under which the company has previously performed services similar to those described herein. The list should include:
a. Agency name,
b. Contract number,
c. Contracting Officer name, email address, and telephone number,
d. Dates of performance; and
e. Brief description of work performed, including security clearance requirements.
Submit your response no later than Monday, August 29 at 03:00 PM Eastern Standard Time, to Contracting Officer Sara Marron MarronSM2@state.gov and Contract Specialist Greg Moore MooreGC2@state.gov.