Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

U -- Federal Information Security Management Act Certification and Accreditation Training

Notice Date
7/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL08GRQ20006
 
Response Due
7/31/2008
 
Archive Date
12/31/2009
 
Point of Contact
Paula Miller-Sheelor,, Phone: 2026937050
 
E-Mail Address
miller-sheelor.paula@OIG.dol.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The US Department of Labor, Office of Inspector General has a requirement for Federal Information Security Management Act Certification and Accreditation Training. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number DOL08GRQ20006. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611420. Size Standard is $6.5M or less in revenue per year for the preceding three years. This requirement is 100% set aside for Service Disabled Veteran Owned Small Business. REQUIREMENT: General Information Scope of Work: The service provider shall provide all personnel, supervision, equipment, tools, materials, and other items and services necessary to perform the Education and Training services as defined in this Statement of Work. Training Requirement Employee Training: The contractor shall provide high quality, in-depth level training to the Office of Inspector General staffs, which have responsibility for performing mandatory Federal Information Security Management Act (FISMA) auditing activities as required by the FISMA. For this particular training session, the training should include: 1.An in-depth presentation on the latest NIST Certification and Accreditation (C&A) requirements, with a particular focus on agencies’ related activities and documentation that oversight organizations, such as OIG, will test to ensure compliance. 2.A discussion and examination of the NIST 800-53 system security controls as it relates to the consideration of required minimum security controls necessary to ensure low, moderate, and high risk systems adequately protect the information and related infrastructure. 3.Methods and steps used in performance of a Security Controls Assessment – SCA (formerly known as a Security Testing and Evaluation). 4.Methods to assess NIST minimum system security controls using automated testing tools to determine implementation and validation of the controls existence and performance. Practical examples/demonstration in the use of the automated tools, including understanding tools’ results is part of the training. 5.A summary discussion of all the training, including allowing for questions and answers to fill in potential knowledge gaps and reinforce specific points of the training and information presented. Logistics Government Furnished Property and Services at the Department of Labor: The OIG will furnish the location and training space to accommodate the instructor(s) and training participants. Deliverables 1.Service Provider is to develop and deliver to DOL/OIG for approval, a draft training curriculum that includes a description or examples of course materials that will be used as part of the training fifteen (15) days after award. The draft training curriculum is to show what the training will consist of for each of the days. 2.Service Provider will provide on-site training and complete the training as it is specified in the DOL/OIG approved curriculum covering the specified training period the week of October 20, 2008. CONTROL PROCEDURES: Contractor will ensure student attendance roster and student critiques are completed by all students. The contractor shall provide full class rosters, citing daily attendance, with reasons for late arrivals, and absences. Social Security numbers for the students shall not be reported. The contractor shall provide course completion certificates. These certificates shall be filled out by the contractor at the end of each course and distributed to students who have successfully completed the course. In all instances of disciplinary matters between contract employees and government personnel, the contractor shall prepare a written report to the Contracting Officer Representative (COR) that includes a summary of the events. Contractor will refer to the government any student who either fails or does not complete the course for other than academic reasons. The government will retain authority to determine disposition of any such students. Any student missing more than 20 percent of a class will be dropped from the course and not receive a completion certificate. The contractor should contact the COR immediately to discuss the student situation. The government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. SCHEDULE: The Government anticipates the training will be conducted within minimum of three (3) full days and a maximum of four (4) days. The performance period is the week of October 20, 2008. Class dates will be coordinated between the contractor and the COR. Prior to class, the government will indicate to the contractor, the number of students attending class. The actual attendance figures shall be verified through signed class rosters of students at the training. Classes will begin IAW local duty hours each day with two breaks and an hour for lunch. Classes will be scheduled from 8:00 AM-4:00 PM or will be held in accordance with mission needs. Occasional non-standard training days may be required by emergencies, weather, or as operational commitments may arise; therefore, in these cases, as much prior notification as possible will be provided to the contractor. Courses shall be designed for whole or half days and shall not vary substantially from this format, e.g., two-hour lunches or ending class two hours early on days in the middle of the week. DELIVERABLES: QUANTITY CLIN 0001 FEDERAL INFORMATION SECURITY MANAGEMENT ACT CERTIFICATION AND ACCREDITATION TRAIN The Service Provider is to provide, using the training requirement information above, a quote for performing the training within a minimum of three (3) full days and a maximum of four (4) days based on the following groupings of class size. 8-10 persons = $__________________ 11-15 persons =$__________________ 16 – 20 persons=$__________________ CLIN 0002 TRAVEL COST Travel Cost= $___________________ PRICE: Price quote shall include unit price per student and total price of quote. Price quote shall include travel for contractors. LOCATION OF TRAINING: Training shall be conducted at the Department of Labor, Frances Perkin Building, 200 Constitution Avenue, NW, Washington, D.C. 20210. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD: Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors, in descending order of importance, will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required course objectives, (2) Resumes of proposed instructors, and (3) ability to meet the minimum certification required in the solicitation. Contractor shall submit a detailed Program of Instruction (POI) defining how they will accomplish the training. At a minimum include a description of the Learning Objectives, Method of instruction, and Course schedule. The submitting quote shall demonstrate recent experience in the requested training. Provide a minimum of three references to include name, address and phone number of contracts performed recently of a similar size and scope. A best value award will be made to the proposal submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their proposal. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses being applicable to the solicitation: 52.203-6, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 and 52.222-42, Instructor, Grade GS11/1, $27.89 per hour; 52.204-0007, Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. QUOTES ARE DUE: Quotes shall be received at Department of Labor, Office of Inspector General, 200 Constitution Avenue, Room S5020, NW, Washington, D.C., 20210, not later than 2:00 p.m. DST, July 31, 2008. Fax submissions will not be accepted. E-mail submissions will be accepted at miller-sheelor.paula@oig.dol.gov. It is the contractor’s responsibility to ensure that proposals are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2)Program of Instruction (POI),(3) Resumes of proposed instructors, (4)Past Performance information (2) completed Representations and Certifications, and (6) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer’s address provided no later than July 25, 2008. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be posted in FBO. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Mrs. Paula Miller-Sheelor, Contract Specialist at (202) 693-7050, e-mail miller-sheelor.paula@oig.dol.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=597be4763380052cc4ae09ae2ed8ef71&tab=core&_cview=1)
 
Place of Performance
Address: 200 Constitution Avenue, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01615393-W 20080718/080716221024-597be4763380052cc4ae09ae2ed8ef71 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.