Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

U -- Cyber Security Training, Online Classes

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
CYBSECCLASS262
 
Response Due
9/23/2015
 
Archive Date
11/16/2015
 
Point of Contact
Matthew Berube, 509-247-7224
 
E-Mail Address
141 ARW/MSC
(matthew.berube@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. 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. CYBSECCLASS262 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 03 Sep 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150826. It is the contractor's responsibility to become familiar with applicable clauses and provisions. Description of Requirement: The 262 NWS at Camp Murray, WA has a requirement for Linux/Unix online training and Network Forensics online training. See below for complete details on the requirement. **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 demonstrate or 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. Proctored exam must be available in multiple locations within the United States throughout various dates and times based on student's needs. CLIN 0001 QTY: 4 Each (for 4 students) *Linux/Unix training class requirements: -Describe memory attacks and overflows to include stack and heap overflows, format string attacks and stack protection. -Describe the booting process to include services, systemd and init -Practical exercise using host based firewalls. -Describe rootkits and detection capabilities such as rkhunter and chkrootkit. -Describe file integrity assessments to include AIDE or tripwire. -Describe physical attacks and defenses to include single user mode and boot-loader passcodes. -Describe kernel tuning to include network and system resources. -Describe and practical hands on exercise using SSH tunneling to include X11 forwarding and TCP forwarding. -Describe and practical hands on exercise of linux audit configuration to include syslog process accounting and kernel level auditing. -Describe and practical hands on exercise configuration and running of SELinux. -Describe and practical hands on configuration of BIND, DNSSEC, Apache, and web application firewalls with MOD_Security. -Describe and practical hands on exercise with linux based incident response and evidence acquisition to include creating images, using snapshots, critical investigation commands, MAC times/timeline analysis, string searches and searching unallocated space. Total $__________________ CLIN 0002 QTY: 6 Each (for 6 students) *Network Forensics training class requirements: -Describe Payload Reconstruction, to include encapsulation/decapsulation methods, session reconstruction for common protocols such TCP and HTTP. -Describe fundamentals of network forensics using TCPDump and wireshark. Topic should discuss using pcap files and Berkeley packet filters. -Briefly introduce wireshark display filters and use during network forensic analysis. -Describe placement of network forensic collection points such as logs, taps, and switches -Perform netflow analysis and collection using SILK, nfsen, nfcapd and nfdump. -Perform analysis on HTTP, FTP, NTP, SMTP to include protocol dissection, artifact extraction, forensic value, and inherent weaknesses. -Perform practical hands on exercises involving forensic investigation using firewalls, to include building IPTables rules (packet flow process, syntax, and useful tools) and IDS (building rules, configuration and logging). -Describe and practical hands on exercise for network protocol reverse engineering to include dissection of unknown protocols, pattern recognition, and use of binary format. -Describe encrypted traffic for flow analysis to identify anomalies. -Describe encryption and encoding. Total $__________________ Grand Total: $___________________ Delivery requirement: N/A. Product is available as online class. Individual students will take classes at their convenience or scheduled time with contractor. Address: 855 Lincoln Blvd MCCHORD AFB, WA 98438 Quote Information: Quotes must be submitted and received no later than 12:00 PM Pacific Time 23 Sep 2015. 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: TSgt 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 Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.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 Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. 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 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation 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 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 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 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/spg/USA/NGB/DAHA45-1/CYBSECCLASS262/listing.html)
 
Place of Performance
Address: 262 NWS 855 Lincoln Blvd JBLM WA
Zip Code: 98438
 
Record
SN03890974-W 20150919/150917235527-64d2ec3eb68646e452e88fd705da8ff7 (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.