Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
MODIFICATION

U -- Cyber Security Online Classes (Clarified Testing/Examination Proctoring detail)

Notice Date
8/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Army, National Guard Bureau, 194 MSG/MSC (USPFO WA), 101 41st Division Way, Camp Murray, Washington, 98430, United States
 
ZIP Code
98430
 
Solicitation Number
F9XH0S6155A001
 
Archive Date
8/31/2016
 
Point of Contact
Matthew J. Berube, Phone: 2535122186
 
E-Mail Address
matthew.j.berube2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. F9XH0S6155A001 is hereby issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, 14 Jul 16 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160802. It is the contractor's responsibility to become familiar with applicable clauses and provisions. Description of Requirement: The 143 IOS at Camp Murray, WA has a requirement for various online cyber security training classes and certification testing. **Course delivery / vendor accreditation requirements** Vendor must deliver course through web based application that track student progress, provide lab exercises, quizzes, SME support and allow 24/7 access. Online course delivery must include instructor speaking to corresponding presentation material. Vendor must provide a forum to answer student questions by certified technical assistance. Vendor must provide a hard-copy course material that includes slides and full descriptive paragraphs on slide content. Content depth must be appropriate for six, eight-hour days of instruction. Vendor has documented peer review process for course development and feedback. Vendor must have pre-built training environment that is packaged with all necessary tools for course requirements. Vendor has successfully delivered and refined course for at least 6 months demonstrated through advertisement of course on internet. Vendor must provide at least 10 reviews from previous contracts and/or students that are publically accessible online. Vendor must provide official certification and testing to demonstrate student comprehension and knowledge. *Testing/Examination must be professionally proctored, and location must reside in the greater Seattle/Tacoma/Olympia, WA geographical area. This is to ensure the integrity of the certification process. CLIN 0001 - QTY 1 Each. SEC501 - Advanced Security Essentials - Enterprise Defender. SANS Institute. Testing and Certification required for each individual. This is a Brand Name or Equal requirement. SEE ATTACHMENT FOR COMPLETE MINIMUM SPECIFICATIONS CLIN 0002 - QTY 4 Each. SEC503 Fundamentals of Traffic Analysis. SANS Institute. Testing and Certification required for each individual. This is a Brand Name or Equal requirement. SEE ATTACHMENT FOR COMPLETE MINIMUM SPECIFICATIONS CLIN 0003 - QTY 1 Each. SEC505 Securing Windows with PowerShell and the Critical Security Controls. SANS Institute. Testing and Certification required for each individual. This is a Brand Name or Equal requirement. SEE ATTACHMENT FOR COMPLETE MINIMUM SPECIFICATIONS CLIN 0004 - QTY 2 Each. SEC506 Hardening Linux/Unix Systems. SANS Institute. Testing and Certification required for each individual. This is a Brand Name or Equal requirement. SEE ATTACHMENT FOR COMPLETE MINIMUM SPECIFICATIONS CLIN 0005 - QTY 6 Each. MGT512 Managing the Enterprise, Planning, Network, and Physical Plant. SANS Institute. Testing and Certification required for each individual. This is a Brand Name or Equal requirement. SEE ATTACHMENT FOR COMPLETE MINIMUM SPECIFICATIONS 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: -Technical capability -Price -Past performance (see FAR 15.304) Technical and past performance, when combined, are approximately equal compared to price. This is a best value decision. Delivery requirement: N/A. Product is available as online class. Individual students will take classes at their convenience or scheduled time with contractor. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 16 Aug 1206. Quotes must be e-mailed to the attention of P.O.C.s listed below. Please include Cage Code, DUNS and Tax ID information with all quotes. Contact Information: Buyer: MSgt Matthew Berube Email: matthew.j.berube2.mil@mail.mil Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 611310. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES C l a us e s m a y b e a c ce ss e d e l ec t r oni c a l l y in f ull t e x t th r ou g h http:// far sit e.hill. af.mil. C ont rac to r s must be ac tiv e l y r e g ist e r e d with www.SAM.gov and W ide A re a W o r k F low ( W A W F ) a t http://w a w f. e b. mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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: -Technical capability -Price -Past performance Technical and past performance, when combined, are approximately equal compared to price. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies 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 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil FAR, 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representations DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval Systems-Statistical Reporting in Past Performance Evaluations DFARS 252.225-7035 Alt IV, Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate IV) DFARS 252.225-7036 Alt II, Buy American-Free Trade Agreements-Balance of Payments Program (Alternate II) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce92219dfac48f0c8370a092c1f7b568)
 
Place of Performance
Address: 101 41st Division Way, Camp Murray, WA 98430, (note: course is to be delivered online/electronically), United States
 
Record
SN04222758-W 20160814/160812235616-ce92219dfac48f0c8370a092c1f7b568 (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.