ISS-J II Solicitation

SOL #: H9222218R0012Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
HQUSSOCOM
TAMPA, FL, 33621-5323, United States

Place of Performance

Place of performance not available

NAICS

All Other Professional (541990)

PSC

Support Svcs (Prof, Admin, Mgmt) (R)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jun 15, 2018

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The US Special Operations Command (USSOCOM) is soliciting for the Intelligence Support Services - Joint II (ISS-J II) competition. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (NAICS: 541990). The Final RFP will not be posted publicly; eligible firms must submit specific documentation to receive it. The solicitation is expected to be sent to verified eligible parties within 1-2 weeks of their request.

Scope of Work

This opportunity is for Intelligence Support Services - Joint II (ISS-J II). Specific details of the services will be outlined in the Final RFP, which is distributed only to eligible and verified entities.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (Final RFP)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Published: June 15, 2018
  • RFP Distribution: Expected 1-2 weeks after successful eligibility verification.
  • Proposal Due Date: To be determined (TBD) in the RFP. The Government will not delay the response date for late RFP requests.

Eligibility & RFP Request Requirements

To be considered and receive the Final RFP, interested parties must meet the following requirements and submit specific documentation:

  • Prime Contractor: Must be a Service-Connected Disabled Veteran Owned Small Business.
  • Prime Contractor: Must possess a Top Secret Facilities Clearance (TS FCL).
  • Safeguarding Capability: The Prime, a subcontractor, partner, or teammate must have Secret Safeguarding Capability.
  • RFP Request Process: Complete the provided "Final RFP Request" spreadsheet and submit it with required supporting documentation to the listed POCs. The spreadsheet requires:
    • Prime Contractor Information: Company/JV name, CAGE Code, TS FCL, Safeguarding level, POCs (email/phone), and address (matching SAM and ISFD unclassified records).
    • Safeguarding Entity Information: If different from prime, company name, CAGE Code, FCL, Secret Safeguarding level, FSO POC (minimum Secret Clearance, email/phone), and address (matching ISFD classified records).
  • Required Attachments: FAR & DFARS Refs & Certs from SAM, and Facility Clearance & Safeguarding records from ISFD for both the prime and the safeguarding entity (if different).

Additional Notes

  • The Government will not provide the RFP to entities not meeting the above requirements.
  • Submit complete requests early to allow for verification. Verification may take several days.
  • Questions must be sent in writing to the listed POCs; telephonic or face-to-face inquiries will not be accepted.

People

Points of Contact

Richard S. SchnabelContracting OfficerPRIMARY
Matthew J. StrangeContract SpecialistSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jun 15, 2018
ISS-J II Solicitation | GovScope