Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

U -- CYBER SECURITY TRAINING - (Draft)

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-11-T-JH06
 
Archive Date
7/14/2011
 
Point of Contact
Jackie D Handley, Phone: 757-763-2441
 
E-Mail Address
jacqueline.handley@nsweast.socom.mil
(jacqueline.handley@nsweast.socom.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CYBER TRAINING This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation H92243-11-T-JH06 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated naics code is 611699 and the Small Business Size Standard is $7.0M. This procurement is set aside for service disabled veteran owned small business. CLIN 0001 - Practical Applications of Cyber Security Training Course IAW attached Statement of Work (3-Days of (8) hours training, 8 students per class) - 4 training sessions required. Period of performance: 26 July -30 Sep 2011 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in order of importance: Technical capability, past performance and price. All factors are equally important and award will ultimately be awarded to contractor with lowest price technically acceptable. Price quotes should detail contractor's ability to meet the required training specifications as detailed in SOW. Provide two (2) examples of orders where same/similar work has been performed by your company within the past three (3) years. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil/ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.ccr.gov Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Award will be based on the lowest price technically acceptable price quote. When quoting equals, provide detailed descriptive information. Only written inquries concerning this solicitation will be addressed. The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.211-6 - Brand Name or Equal FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation), FAR 52.219-6 -- Notice of Total Small Business Set-Aside, FAR 52.222-3 -- Convict Labor, FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-39 - Notification of Employee Rights FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electronics Funds Transfer-Central Contractor Registration, FAR 52.233-3 -- Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.247-34 -- F.o.b. Destination, FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses, DFARS 252.209-7004 - Subcontracting with Terriost Owned Firms DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications DFARS 252.225-7014 -Preference for Domestic Speciality Metals DFARS 252.227-7037 -Validation of Restrictive Markings on Technical Data DFARS 252.243-7001 -Pricing of Contract Modifications SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 Independent Review of Agency Protests SOFARS 5652.237-9000 Contractor Personnel Changes Quotations are due 13 Jul 2011 by 9:00 p.m. Email: jacqueline.handley@ nsweast.socom.mil (757-763-2441 or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-11-T-JH06/listing.html)
 
Place of Performance
Address: See statement of work, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02493487-W 20110710/110708234914-d906d1b6af2cb3a7d00851c68d3cb096 (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.