Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

U -- Security+ Training

Notice Date
4/30/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109T7018
 
Response Due
5/21/2009
 
Archive Date
9/30/2009
 
Point of Contact
Scott Dubuque 850-234-4864 , or Contracting Officer Wanda Cutchin at 850-636-6140
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-09-T-7018. A subsequent solicitation document will not be issued. The Naval Surface Warfare Center, Panama City, FL is soliciting offers on the basis of full and open competition for contractor support to conduct commercially available test preparation courses in support of NSWC PCD achieving the Department of the Navy DoD Information Assurance requirements. The three commercially available courses, approved certification providers, and approximate number of individuals to be trained are - 1. MCP, Microsoft 70-270, 228 individuals, 2. Security+, CompTIA, 219 individuals, 3. Linux+; CompTIA, 63 individuals. The successful offeror will be required to provide a schedule of training classes, within one week after award of the order, based on class sizes of no more than 20 students with the goal of approximately 50 of the above students being certified in Security+ by the end of August 2009 and the remainder being certified by the period of completion of the purchase order. The classes shall be five (5) day classes, with instruction Monday through Friday a minimum of 8 hours per day. Classes shall not be conducted the week of 25 May 2009, 28 June 2009, 6 September 2009, 11 October 2009, 8 November 2009, 22 November 2009, 20 December 2009 through 1 January 2010, 17 January 2010, 14 February 2010, as these are weeks that contain Federal holidays. The successful offeror will provide instruction by certified faculty member(s) with an instructor to student ratio of at least one instructor per 20 students. The successful offeror will provide all training facilities in Panama City or Panama City Beach, FL within a 30 minute commute of NSWC PCD. The facility shall be handicap accessible and shall have sufficient space to accommodate the class size of 20 students plus instructor, and shall have computer equipment, software, course books, and materials necessary for course delivery. Facility space provided shall be air conditioned and shall adequately ! support a computer for each student in the classroom operating simultaneously (including electrical outlets and Internet access). Internet access may be wireless. This requirement is for training only - no beverages or refreshments are required or desired. Following delivery of the completion of the course, participants will be prepared to take the certification exams, which validates the skills of computer security professionals and meets the directive contained in DoD 8570.01-M and as specified in Attachments 1, 2 and 3 to this SOW. The successful offeror will provide certification test vouchers. The successful offeror will be required to ensure all students are prepared for successful test completion and make available follow-up test review/prep sessions with students if needed prior to testing and administer the test. Certificates of completion for all participants satisfactorily meeting the learning requirements of the course will be required as well as test results ! being provided to each student and NSWC PCD training office. Instructor's travel, if applicable, shall be from the Contractors facility to Panama City, FL to conduct the individual classes. A copy of the formal Statement of Work (SOW), Attachments that contain test objectives for each course, and the Contract Data Requirements List (CDRL) will be provided electronically to any vendor who requests them. Due to the time constraints and required vendor certifications associated with this requirement it is not suitable for a small business set aside. Quotes will be evaluated on the basis of lowest priced technically acceptable offer. Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer! by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans a! nd Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (! MAY 2002). 52.225-8 Duty Free-Entry (FEB 2000). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 21 May 09, 2:00 P.M. Offers can be E-mailed to scott.dubuque@navy.mil or faxed to 850-234-4251. Reference RFQ # N61331-09-T-7018 on your proposal. NAICS 611420. Small Business Size Standard is $7,000,000.00 FSC U008. Point of ContactPrimary: Scott E. Dubuque, Contract Specialist, Phone: (850)234-4864, Fax: (850)234-4251,Email: scott.dubuque@navy.mil Secondary: Wanda A. Cutchin, Contracting Officer, Phone: (850)636-6140, Email: wanda.cutchin@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d876e1d9d27b342f98b08ee0a9c698e&tab=core&_cview=1)
 
Record
SN01805685-W 20090502/090430220703-0d876e1d9d27b342f98b08ee0a9c698e (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.