SOCOM Wide Mission Support (SWMS) Group B Proposed Ceiling Increase H92222-14-R-0021
The United States Special Operations Command (USSOCOM) Directorate of Procurement intends to increase the ceiling of the SOCOM Wide Mission Support (SWMS) Group B previously awarded contract vehicles ... The United States Special Operations Command (USSOCOM) Directorate of Procurement intends to increase the ceiling of the SOCOM Wide Mission Support (SWMS) Group B previously awarded contract vehicles by $100,000,000.00 from $450,000,000.00 to $550,000,000.00 on an other than full and open competition basis pursuant to 10 U.S.C. 2304c(1) and FAR 6.302-1. There would be no change in the existing contract period of performance as a result of this proposed contract action. Solicitation H92222-14-R-0021 for the SWMS Group B, a 100% Small Business set-aside, was posted to Federal Business Opportunities (www.fbo.gov ) on 10 April 2014. In August 2015, Eight (8) Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for SWMS Group B services were competitively awarded using FAR Part 15 procedures. In October 2015, twenty-four (24) additional IDIQ contracts for SWMS Group B services were competitively awarded. The objective of SWMS is to obtain professional services in support of global Special Operations Forces (SOF). SWMS Group B contracts provide Education and Training Services, Management Support Services, and Administrative & Other Services (non-SOF Acquisition, Technology and Logistics (AT&L)). The services acquired under SWMS Group B, particularly education and training services in direct support of countering violent extremist organizations (VEOs) and Countering Weapons of Mass Destruction (CWMD) that threaten the homeland and U.S. interests, has had persistent and increased demand in the SOF community to meet mission requirements. This proposed ceiling increase would be primarily focused on maintaining these Education and Training, Management Support, Administrative and other services for the SOF enterprise until the completion of the SOF Core Support (SCS) Source Selection (reference existing solicitation H92400-19-R-0003) in calendar 2020, and/or transition of these services to SCS or alternate contract vehicles. Any break in service would result in unacceptable degradation in mission readiness. The purpose of this proposed procurement action is to increase the dollar ceiling ($100M total, not for each vendor) of the following existing 32 SWMS B multiple award IDIQ contracts holders: Archimedes Global, Inc. (Contract No. H92222-16-D-0003) 29139 Chapel Park Drive, Unit D Wesley Chapel, FL 33543 Arrow Security & Training, LLC (Contract No. H92222-15-D-0032) 71 Spit Brook Rd, Ste 303 Nashua, NH 03060 Barbaricum (Contract No. H92222-16-D-0004) 819 7th Street NW, 5th Floor Washington, D.C. 20001 Black Tree Group, LLC (Contract No. H92222-16-D-0005) 5801 Benjamin Center Drive, Suite #106 Tampa, FL 33634 Chenega Advanced Solutions and Engineering, LLC (Contract No. H92222-16-D-0006) 10505 Furnace Road, Suite 205 Lorton, VA 22079 Consulting Services Group, LLC (Contract No. H92222-15-D-0033) 125 Hirst Road, Suite 5C Purcelville, VA 20132 Cyberspace Solutions, LLC (Contract No. H92222-15-D-0034) 12021 Sunset Hills Road, Suite 110 Reston, VA 20190 Cybrix Group, Inc. (Contract No. H92222-16-D-0007) 4510 Oak Fair Blvd., Suite 100 Tampa, FL 33610 Command Post Technologies, Inc. (Contract No. H92222-16-D-0008) 1039 Champions Way, Ste 100 Suffolk, VA 23435 Cydecor, Inc. (Contract No. H92222-16-D-0009) 2450 Crystal Drive, Suite 500 Arlington, VA 22209 The Electronic On-Ramp, Inc. (Contract No. H92222-16-D-0010) 1010 Rockville Pike, Suite 400 Rockville, MD 20852 Eagle Support Services Corporation (Contract No. H92222-16-D-0011) 2705 Artie Street - Building 400, Suite 30 Huntsville, AL 35805 Expeditionary Technology Services, Inc. (Contract No. H92222-16-D-0012) 3948 Airport Circle NW Atlanta, GA 30336 Gemini Industries Inc. (Contract No. H92222-16-D-0013) 200 Wheeler Road Burlington, MA 01803 Intelligence, Communications and Engineering, Inc. (Contract No. H92222-16-D-0014) 1850 Paseo San Luis Sierra Vista, AZ 85635 Intelligent Decision Systems, Inc. (Contract No. H92222-16-D-0015) 5885 Trinity Parkway, Suite 100 Centreville, VA 20120 Innovative Information Solutions, LLC (Contract No. H92222-16-D-0016) 11700 Old Georgetown Road, Suite 100-5 Rockville, MD 20852 ITility, LLC (Contract No. H92222-16-D-0017) 200 Fairbrook Drive, Suite 203 Herndon, VA 20170 Lukos - VATC JV LLC (Contract No. H92222-15-D-0035) 5813 S MacDill Ave Tampa, FL 33611 METIS Solutions, LLC (Contract No. H92222-15-D-0037) 1660 Duke St., Ste 201 Alexandria, VA 22314 Mid Atlantic Professionals, Inc. DBA/SSI (Contract No. H92222-15-D-0036) 20400 Observation Drive, Suite 204 Germantown, MD 20876 Mission Wide Training, LLC (Contract No. H92222-16-D-0018) 560 Discovery Drive Huntsville, AL 35806 People, Technology and Processes, LLC (Contract No. H92222-16-D-0019) 500 S. Florida Ave, Suite 400 Lakeland, FL 33801 SHINE Systems & Technologies (Contract No. H92222-16-D-0020) 2216 Ivy Road, Suite 210 Charlottesville, VA 22903 Streamline Defense, LLC (Contract No. H92222-16-D-0021) 400 N. Ashley Drive, Suite 2030 Tampa, FL 33602 Transformation Advisors Group, LLC (Contract No. H92222-16-D-0022) 1616 Anderson Road McLean, VA 22102 Totalis Consulting Group, Inc. (Contract No. H92222-16-D-0023) 11030 Jones Bridge Road, Suite 200 Alpharetta, GA 30022 Threat Tec, LLC (Contract No. H92222-16-D-0024) 34 Research Drive, Suite 100 Hampton, VA 23666 Universal Strategy Group, Inc. (Contract No. H92222-16-D-0025) 1650 Murfreesboro Road, Suite 202 Franklin, TN 37067 Venatôre - ITA LLC (Contract No. H92222-15-D-0038) 1302 N. 19th Street, Suite 125 Tampa, FL 33605 Vistra-SAG Joint Venture (Contract No. H92222-15-D-0039) 15436 N. Florida Ave., Suite 160 Tampa, FL 33613 Yorktown Systems Group, Inc. (Contract No. H92222-16-D-0026) 100 S. Ashley Drive, Suite 600 Tampa, FL 33602 This notice satisfies the requirements of DFARS 205.205-71 and PGI 206.302-1(d). Any questions regarding the above requirement should be submitted in writing via email to Ms. Sherri Ashby, Contracting Officer, (Sherri.Ashby@socom.mil) or Mr. Michael Longdon, Contracting Officer, (Michael.Longdon@socom.mil).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »