Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

D -- AFICA_Cybersecurity_Risk_Management_Services - Cybersecurity PWS - Cybersecurity Instructions to Offerors - Cybersecurity Evaluation Factors - Cybersecurity Price Model - Cybersecurity Draft DD254

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
AFICA_FA3002-17-R-0008
 
Archive Date
4/12/2017
 
Point of Contact
A. Monique Haynes, Phone: 2106524383, Sheldon Washington, Phone: 2106527873
 
E-Mail Address
andrea.haynes.3@us.af.mil, sheldon.washington.2@us.af.mil
(andrea.haynes.3@us.af.mil, sheldon.washington.2@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Cybersecurity Draft DD254 Cybersecurity Price Model Cybersecurity FAR 52.212-2 Evaluation - Commercial Items Cybersecurity FAR 52.212-1 Instructions to Offerors Cybersecurity PWS Contracting Office Address Department of the Air Force, 338th Specialized Contracting Squadron, 2021 First Street West, JBSA-Randolph TX, 78150-4302 Description Cybersecurity Risk Management Services Support This acquisition supports the HQ AETC mission by providing a full range of non-personal, professional advisory and assistance services (A&AS) in two areas within the Information Technology Infrastructure Library (ITIL)/Defense Enterprise Services Management Framework (DESMF), Information Security Management (ISM)/Risk Management Framework (RMF) processes. Two teams of Cybersecurity Professionals shall be provided. The first team will work at the systems-level, responsible for completing tasks such as Assessment & Authorization (A&A) (under DoD, Air Force and AETC implementation of RMF) and function as Information System Security Manager (ISSM). The second team of Cybersecurity Professionals is required to support the AETC Recruit, Train & Educate (RT&E) Authorization Official Staff in completing tasks such as Security Control Validation, Enterprise Mission Assurance Support Service (eMASS) Account Management, and Federal Information Systems Management Act (FISMA) compliance, as described in the basic Performance Work Statement (PWS) (see Attachment 1). A Firm Fixed Priced Award will be in accordance with the following: (i) This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. (ii) This solicitation, number FA3002-17-R-0008, is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-91. (iv) In accordance with FAR Part 19.1405, Service-disabled Veteran-owned Small Business Set-aside Procedures, this procurement is set aside for Service-disabled Veteran-owned Small Businesses. The NAICS Code is 541512; size standard is $27.5 Million. (v) See Attachment 4, Price Model Spreadsheet, for list of contract line item numbers (CLINs), items, quantities, and units of measure. (vi) DESCRIPTION OF SUPPLIES/SERVICES See Attachment 1, PWS dated 7 Feb 17. (vii) The anticipated award is for 12-month base period and two 12-month option periods. Place of Delivery will be JBSA-Randolph, TX. Acceptance (FOB: Destination) will be conducted by HQ AETC/A6. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. See Attachment 2 for additional Instructions to Offerors. 52.212-1 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers. (ix) In accordance with FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) See Attachment 3 for Evaluation Criteria. (a) The Government will award a contract to the Technically Acceptable offeror with the lowest reasonable total evaluated price. The evaluation criteria are divided into two factors: (1) Technical Capability (2) Price The firm fixed price shall include any volume or spot discounts. Since the Government intends to award a contract without discussions with respective offerors, you are encouraged to offer your most advantageous pricing in the initial response. (x) In accordance with FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Jan 2017), Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://www.sam.gov In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://www.sam.gov. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. Addenda to the clause: 52.212-4 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. (xiii) The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The contract will include FAR Clause 52.217-8, Option to Extend Services, with the potential to extend the contract an additional 6 months beyond the awarded contract performance period. In the event the Government requires continued performance, the Government's evaluation of prices proposed for the base and all option periods will suffice to be the Government's evaluation of prices under the extension of services. Should an extension of services be required, rates in effect at the time extension is exercised will be used. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (xiv) The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition. The contract will include FAR clause 52.217-9, Option to Extend the Term of the Contract, with the potential to extend the contract by written notice to the Contractor within 30 days of contract expiration; provided the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days prior to contract expiration. If the Government exercises this option, the extended contractor shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years, 6 months. (xv) ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text): 52.203-3, Gratuities (Apr 1984); 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Items (Oct 2014) 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-6, Alt I; (Oct 1995) 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010); 52.204-2, Security Requirements (Aug. 1996); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); 52.204-7, System for Award Management (Oct 2016); 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun2016); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-14, Limitations on Subcontracting (Jan 2017); 52.219-27, Notice of Service Disabled Veteran-Owned Small Business Set- Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Jul 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011); 52.224-1, Privacy Act Notification (Apr 1984); 52.224-2, Privacy Act (Apr 1984); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.228-5, Insurance - Work on a Government Installation (Jan 1997); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013); 52.233-1, Disputes (May 2014); 52.233-2, Service of Protest (Sep 2006); 52.233-3, Protest After Award (Aug. 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.245-1, Government Property (Jan 2017); 52.245-9, Use and Charges (Apr 2012); 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation to Former DoD Officials. (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7000, Disclosure of Information (OCT 2016); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015); 252.211-7007, Reporting of Government-Furnished Property (Aug 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7007, Limitation of Government's Obligation (Apr 2014); 252.239-7001, Information Assurance Contractor Training and Certification (Jan 2008); 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); 252.245-7002, Reporting Loss of Government Property (Apr 2012); 252.245-7003, Contractor Property Management System Administration (Apr 2012); 252.245-7004, Reporting, Reutilization, and Disposal (Sep 2016); 5352.201-9101, Ombudsman (Jun 2016); 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements (Jan 2017); 5352.205-9000, Facility Clearance (May 1996); 5352.223-9001, Health and Safety on Government Installations (Nov 2012); 5352.242-9000, Contractor access to Air Force installations. (Nov 2012); 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel (Nov 2012) (xvi) Interested parties capable of providing the above must submit a written proposal (see all Attachments) to include discount terms, Cage Code, DUNS number, and Tax Identification Number. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management database, NO EXCEPTIONS. To register, visit http://www.sam.gov. Deadlines: NLT 10:00 AM CST, 17 Mar 17 - Questions in response to this notice shall be received via e-mail to both contacts in para (xv) below. NLT 10:00 AM CST, 28 Mar 17 - General, Technical and Price proposal volumes shall be received via mail or hand delivery. No electronic submissions of General, Technical, or Price proposal information will be accepted. It is the offeror's responsibility to confirm receipt of all submissions. Visitor Pass - Hand Carried Proposals Offerors are cautioned JBSA-Randolph has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass to gain entrance. Individuals will be required to provide a current driver's license and proof of insurance. Some delay should be anticipated when hand carrying proposals. NOTE: United States mail to U.S. facilities is processed prior to delivery and therefore your packages may be delayed. It is highly recommended that Offerors submit their proposals by Overnight Express or other express service to insure receipt of offers by proposal due date. Do allow time for security checking of all packages. Offeror is advised to notify both the Contracting Officer and Specialist via e-mail when a proposal is submitted and/or when planning to hand carry a proposal. (xvii) Points of Contact: Andrea M. Haynes, Contract Specialist, Phone 210-652-4383 Email: andrea.haynes.3@us.af.mil Sheldon Washington, Contracting Officer, Phone: 210-652-7873 Email: sheldon.washington.2@us.af.mil. Mailing/Physical Address: TO BE OPENED BY ADDRESSEE ONLY 338 SCONS/PKD Attn: Andrea M. Haynes/Sheldon T. Washington 2021 First Street West, Bldg 853 JBSA-RANDOLPH TX 78150-4302
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9cb8e08fc8cf4c1955b6f49859635f95)
 
Place of Performance
Address: HQ AETC/A6X, 61 Main Circle, Suite 2, JBSA Randolph, Texas, 78150-4545, United States
Zip Code: 78150-4545
 
Record
SN04423929-W 20170308/170306234239-9cb8e08fc8cf4c1955b6f49859635f95 (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.