Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

R -- This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
923110 — Administration of Education Programs
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-09-T-0177
 
Response Due
4/14/2009
 
Archive Date
6/13/2009
 
Point of Contact
Wayne Medina, 301-619-1013<br />
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS SOLICITATION Solicitation Number:W81XWH-09-T-0177 Post Date:03/31/09 Response Date:04/14/09 1:00PM, Eastern Contracting Office Address: US Army Medical Research Acquisition Activity (USAMRAA) ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014 Requirement: The U.S. Army Medical Research Acquisition Activity (USAMRAA) is seeking the following: SECURITY LEADERSHIP ESSENETIALS FOR MANAGERS The course shall be 5 days in length, with approximately 8 hours a day. Course prepares the student for Security Leadership Essentials for Managers (GSLC), the Global Information Assurance Certification (GIAC). Included in this is also the test for the certification and on-demand training. 2 blocks of 15 seats for a total of 30 seats. Location of the training will be on site at Fort Sam Houston Texas. Course should be designed for managers who want to get up to speed on information security issues and terminology. Training should focus on securing the enterprise, network fundamentals, security technologies, cryptography, defense-in-depth, policy development and management practicum. The course should cover safety, physical security, and how networks and the related protocols, TCP/IP, review network designs for performance, security vulnerability scanning and return on investment. The course shall cover the following topics: Budget awareness and project management Network infrastructure-computer and network addressing IP terminology and concepts Vulnerability management Managing physical safety, security and the procurement process Attacks against the enterprise Defense in depth Managing security policy Access control and password management Cryptography Wireless network security Steganography Managing privacy Web communications and security Operations security, defensive and offensive methods Managing intellectual property Incident handling foundations Information warfare Disaster recovery/contingency planning Managing ethics IT risk management The mission Globalization IT business and program growth Security and organizational structure Total cost of ownership fraud legal liability Technical people Quoted price should include all training materials, cost of test for certification, on-demand training, and the cost of the instructor. Travel cost to include air fare, rental car, hotel, food, shall be on a reimburseable-cost basis as per the JTR. The course shall be an all ready established training and proven successful (presented to the general public and government), with feedback from the customers that the participates have a rate of at least 85% passing the certification test. This announcement constitutes the solicitation. W81XWH-09-T-0177 is issued by USAMRAA, Ft Detrick, MD as a Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The SIC Code is 9411; the North American Industry Classification System (NAICS) code is 923110; the FSC R420. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segre gated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (specifically the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7014 Preference f or Certain Domestic Commodities, and DFARS 252.243-7002 Requests for Equitable Adjustment. Award will be made based on the offeror which represents the best value to the government taking into consideration the following 2 factors: technical characteristics and price. The government reserves the right to make award on the initial bid received without discussions. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. Responses should be emailed to wayne.medina@us.army.mil no later than Tuesday, April 14, 2009 by 1:00 PM (Eastern Standard Time). Submission should be emailed as either a pdf or MS office attachment. Submissions should be on company letterhead and include companys name, point of contact, address, phone number, fax number, DUNS Number, CAGE Code, and Solicitation Number (W81XWH-09-T-0177).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2921f9ee4d02c3a985e600583a7ff3e4&tab=core&_cview=1)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD<br />
Zip Code: 21702-5014<br />
 
Record
SN01781549-W 20090402/090331220729-2921f9ee4d02c3a985e600583a7ff3e4 (fbodaily.com)
 
Source
FedBizOpps 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.