Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

U -- SharePoint 2003 Training

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
h92239-04-t-0045
 
Response Due
7/30/2004
 
Archive Date
8/14/2004
 
Point of Contact
Jane Sutherlin, Chief of Office/Contracting Officer, Phone 910-432-2146, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
sutherlj@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command has a requirement for the purchase of training for personnel on the utilization of the SharePoint Portal Server as indicated in the Statement of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Bids are being requested and a written solicitation will not be issued. This procurement is 100% Set Aside for Small Business. The NAICS Code is 561990 with a Size Standard of $6.0M. Award will be made on the Best Value to the Government considering completeness of the package proposed, ability to meet training schedule, Past Performance, and Price. These factors are in descending order of importance. Price becomes more important as the rating of the other factors becomes equal. 1.0 Program Objectives. The CIO/G-6, USASOC will field a SIPRNET web portal using SharePoint Portal Server (SPS) 2003 NLT Jan 05 followed in approximately a year by a similar NIPRNET web portal. The objective of the SPS 2003 training is to train two groups of people. The first group is management and staff personnel with some technical background who are in the positions with Information Management backgrounds in the G-6, S-6, IMO, or EITC contract personnel who will be involved in the fielding of SPS 2003 at the MACOM and MSU levels within USASOC. The second group is Information Management G-6 personnel and EITC contractors who will be more technically involved in the design and fielding of SPS 2003, and will be developing and deploying applications for SPS 2003. The management/staff training will consist of at least 24 hours of classroom instruction over a 3 day period for 20 people per class. The developer training will consist of at least 48 hours of classroom training over a 7 day period for 15 people. Training dates for management/staff training are requested as 17-19 Aug 04, 31 Aug 04 - 2 Sep 04 and 8-10 Sep 04. Developer training will be on weekdays between 14-23 Sep 04 with the Applying portion 14-17 Sep 04 and Customizing portion 21-23 Sep 04. All training will be conducted within the normal duty hours of 0800-1700. 2.0 Contract Objectives. The contractor will conduct industry standard training on SharePoint Portal Server 2003 for USASOC selected personnel. 2.1 Training Content. 2.2.1 The training for the management/staff will include at least the following subjects: fundamentals of configuring and administering SPS 2003 and Windows SharePoint Services, use of FrontPage 2003 in manipulating portal pages, integration of Office 2003 applications and related workflow with SPS 2003, and fundamentals of developing custom Web Parts. The training should be at least 50% hands-on and will include step-by-step, printed lab exercises. Instructional material will be in a bound format and each student will retain his instructional material. 2.2.2 The training for developers will include subjects covered in paragraph 2.2.1 to include the full breadth of features and functionality in SPS 2003 and their use in planning and designing projects. Development training will include customizing cascading style sheets, templates and graphics used in SPS 2003 and WSS, database application development, using SharePoint Lists to develop custom business applications, writing custom Web Parts, creating and deploying custom Web Parts in VB.NET or C# with Visual Studio .NET 2003, and automating business processes with InfoPath. The training should be at least 50% hands-on and will include step-by-step, printed lab exercises. Instructional material will be in a bound format and each student will retain his instructional material. 2.2 Training Environment. The contractor shall provide all printed training materials, electronic instructional presentations, training facilities adequate to seat and train the specified number of people, wired networking, all software specific to the objective training, and adequate servers to host the training environment, totally preconfigured training environment with the exception of government provided laptops. The instructor to student ratio will not exceed 1 to 10. Training will be conducted at a contractor arranged site within a 15 mile driving distance from Building E-2929, Desert Storm Drive, Fort Bragg, NC. 2.3 Quality Control The government will control student attendance. The contractor will control the training environment ensuring that an atmosphere conducive to learning is maintained. 3.0 Management Objective: 3.1 Management and Staff. To provide an understanding of the fundamental requirements for fielding a SPS 2003 web portal and the capabilities of SPS 2003 for improving business processes in USASOC. 3.2 Developers. To provide a skill set necessary for designing and fielding a SPS 2003 web portal, for leveraging the capabilities of SPS 2003 to improving business processes, and for developing custom applications deployable within SPS 2003. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial; 52-212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this requirement; DFARS 252.212.7000, Offeror Representations and Certifications - Commercial Items apply to this requirement. The clauses at FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252.212.7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this requirement. Additionally, within FAR 52.212-5 the following clauses are applicable: 52.203-6 AI, 52.219-6; 51.219-8; 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 and 52.222-42 apply. Within DFARS 252.212-7001 the following clause is applicable: 52.202-3. Copies of all provisions/clauses in full text will be furnished upon receipt of a written request or may be obtained on the following website: http://farsite.hill.af.mil. Offerors who can furnish the required service, may submit, in writing, sufficient documentation to determine that the proposed requirement meets the Statement of Work addressed above and complete pricing for requirement. Proposals are to be delivered to US Army Special Operations Command, ATTN: AOCO, Building E-2929, Desert Storm Drive, Fort Bragg, NC 28310-5200 not later than 1400 hours 30 July 2004. All responses from responsible sources submitting the required information will be fully considered. No additional synopsis will be published. Failure to provide adequate information to reflect compliance with the specifications of the required items here in will result in disqualification. Request for a solicitation will be considered nonresponsive. FAX proposals will be accepted. FAX questions may be submitted to 910/432-9345*****
 
Place of Performance
Address: Within 15 Miles of Fort Bragg, NC at the contractor arranged site.
Zip Code: 28310
Country: USA
 
Record
SN00628088-W 20040723/040721212958 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.