Maritime Special Operations Forces Support Services (MSOFS 2.0)

The Department of Defense (DOD), US Special Operations Command (USSOCOM), Naval Special Warfare Command (NSWC), has a requirement for Maritime Special Operations Forces (MSOFS) 2.0.

Solicitation Summary

The Department of Defense (DOD), US Special Operations Command (USSOCOM), Naval Special Warfare Command (NSWC), has a requirement for Maritime Special Operations Forces (MSOFS) 2.0.

Solicitation in a Nutshell

Item

Details

Agency The Department of Defense (DOD), US Special Operations Command (USSOCOM), Naval Special Warfare Command (NSWC)
Solicitation Number H9224024I0006
Status Pre-RFP
Solicitation Date 08/2024 (Estimate)
Award Date 12/2024 (Estimate)
Contract Ceiling Value $300,000,000.00
Solicitation Number H9224024I0006
Competition Type Small Bus Set-Aside
Type of Award IDIQ – Agency Specific
Primary Requirement Professional Services
Duration 1 year(s) base plus 4 x 1 year(s) option(s)
Contract Type Firm Fixed Price,Cost Plus Fixed Fee,Indefinite Delivery Indefinite Quantity
No. of Expected Awards Multiple – Number Unknown
NAICS Code(s):
541990

All Other Professional, Scientific and Technical Services
Size Standard: $19.5 million annual receipts

Place of Performance:
  • San Diego, California, United States
Opportunity Website: https://sam.gov/opp/7e45f3a9b6fe4c93a23208b0deaede40/view

Background

Requirements

  • The contractor shall provide services to meet the following:
    • 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.
    • MSOFS 2.0 will support NSW day-to-day operations in support of the NSW Commander’s priorities
    • This section describes the general requirements to be supported and is not all-inclusive. Specific requirements will be identified at the task order (TO) level. Requirements may be both professional services and those subject to Service Contract Act (SCA) labor standards.
      • Logistics Support Services: These services include logistics management and assisting with sustainment activities. Contractor shall be knowledgeable of not only logistics best commercial practices and DoD concepts and systems (such as DPAS) for supply chain management. Efforts may involve significant physical activity, operating heavy machinery, heavy lifting, as well as use of material handling equipment.
      • Equipment Related Services: These services include providing field service representatives to perform minor equipment modification, installation of equipment and maintenance of SOF equipment at the Echelon III level. The types of specialized equipment to be supported include but is not limited to: Combatant Craft variants (CCA, CCH, CCM), Special Operations Craft-Riverine (SOC-R), Rigid-Hull Inflatable Boats (RHIBs), Maritime Combatant Craft Aerial Delivery System, SEAL Delivery Vehicle and dry deck shelter, ground mobility vehicles and other tactical vehicles. Various dive equipment and weapons that are standard issued to NSW operators are also considered equipment. Services may include support for training or instruction on the various equipment and/or platforms.
      • Management Support Services: These services include providing assistance to NSW in strategic planning; SOF capability and structuring analysis and advice; facilities management to include Ranges; financial management and audit; knowledge management; asset tracking, reporting and evaluating metrics; preparing digital content and other communications and collaboration methodologies; organizing and managing critical aspects of the acquisition cycle to include development, production, deployment, and sustainment of capabilities, systems, subsystems, and equipment. Support for human related systems akin to Human Performance Program (HPP) and other NSW human capital programs.
      • Intelligence Related Services: These services include Intelligence support and coordination activities including: All Environment Intelligence Integration, Digital Reconnaissance (DR), Open/All Source Intelligence (ASINT/OSINT) Analysis, Intelligence Surveillance Reconnaissance (ISR) Portfolio Management, and Surveillance and Target Analysis. The Contractor shall be knowledgeable in the areas of: Meteorological and Oceanographic (METOC) Intelligence, Cultural Surveillance and Reconnaissance (CISR), Imagery Intelligence (IMINT), Signals Intelligence (SIGINT), Electronics Intelligence (ELINT), Human Intelligence (HUMINT), and Measurement and Signature Intelligence (MASINT) using a variety of research tools. The services also include evaluating the impact of new and innovative intelligence support strategies, providing training, synchronizing with National Strategies, providing support to exercises and training scenarios and assisting with continuous improvement and sustainment management activities.
      • Engineering and Technical Services: These services include engineering documentation support; evaluating the impact of new and innovative product support strategies for surface and submersible systems to include artificial intelligence; support to NSW programs; technical assistance; data science support; technical documentation development; technical analysis/evaluation and plans; operations and support development analysis; plans and frameworks; test and evaluation support in tactical environments; research and analysis; and subject matter experts in the SOF domain. 4.6 Administrative and Other Services: These services include coordination and assisting with a multitude of tasks such as: preparing briefings, concept papers, and reports; providing expert knowledge and capability in the use of personal computers to produce visual aids, briefing charts, and reports using appropriate software applications or other multimedia; basic office functions; tracking preparations, data entry functions, integrating information into required reports, establishing and managing databases, and generation and maintenance of special training requirements, files, forms, and established file plans.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.