SOURCES SOUGHT
U -- Curriculum for Cyber Security (Curriculum Vouchers) - DRAFT PWS
- Notice Date
- 6/29/2017
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-17-R-SANS
- Archive Date
- 7/28/2017
- Point of Contact
- Robin Kemp-Tate, Phone: 7575018128, Shaina S. McKeel, Phone: 7575018120
- E-Mail Address
-
robin.l.kemp-tate.civ@mail.mil, shaina.s.mckeel.civ@mail.mil
(robin.l.kemp-tate.civ@mail.mil, shaina.s.mckeel.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS - 8 Jun 2017 THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for pre-packaged cybersecurity oriented classroom training courses specifically targeted at preparing students to attempt Global Information Assurance Certification (GIAC) exams on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fixed priced single indefinite delivery-indefinite quantity (IDIQ) contract to the SANS Institute to provide for purchasing of pre-packaged cybersecurity oriented classroom training courses. The intent is that the students achieve certifications which meet the requirements of multiple roles defined in DOD Directive 8570.1M. The MOS-producing classes that will attend these courses are designed to provide hands-on training of high-quality industry content and curriculum to Leader Network Operations College (LNOC) and US Army Cyber School personnel. The training solution shall provide advanced technical information security expertise and knowledge not readily available in the US Army training inventory. The program will ultimately prepare Government personnel, and emerging cyber-force specialty areas, with the knowledge and expertise to utilize various tools to defend, monitor, detect, analyze, audit, and mitigate threats to Department of Defense (DOD) and United States Army networks. Training and education shall focus on defending tactical through strategic networks, wired and wireless telecommunications systems, and networks (enterprise-wide) at all levels of the Global Information Grid (terrestrial, air, and satellite) in support of United States Army, Joint, Combined, and Coalition operations worldwide. The Government shall not exercise any supervision or control over the contract providers performing any services relative to this contract. The attached Performance Work Statement (PWS) establishes and describes the major functions required to support the Defensive Cyber Operations (DCO) Branch; Information, Communications, and Technologies Defense (ICTD) Division; Leader Network Operations College (LNOC); US Army Signal School; and, the US Army Cyber School. Task order requests (TOR) may originate from any Cyber CoE subordinate organization, Department of Defense (DOD), or Department of the Army (DA) agency working initiatives in support of the Cyber CoE. The training shall provide advanced technical information security expertise and knowledge not readily available in the US Army training inventory. The program will ultimately prepare Government personnel in emerging cyber-force specialty areas, with the knowledge and expertise to utilize various tools to defend, monitor, detect, analyze, audit, and mitigate threats to Department of Defense (DOD) and United States Army networks. Training and education shall focus on defending tactical thru strategic networks, wired and wireless telecommunications systems, and networks (enterprise-wide) at all levels of the Global Information Grid (terrestrial, air, and satellite) in support of United States Army, Joint, Combined, and Coalition operations worldwide. The contractor shall provide, maintain, and make available personnel capable of providing the support specified in this Performance Work Statement (PWS). The contractor shall provide labs, practical exercises, assessments, and self-study materials; provide all subject texts and textbooks for the requisite courses. Period of Performance shall consist of up to a 12 month base year, and 2, 12 month option years. The statutory authority for the sole source procurement is (FAR 6.302-1, e.g., 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 511210, Description: Software Publishers, Size Standard: $35,500,000.00. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall provide enough information to determine capability, but not so lengthy to be considered a proposal, and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.) 2) DUNS number and CAGE Code 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.) 4) Familiarity and knowledge of the requirement. Responses are due no later than 1600 EST, Thursday, 13 Jul 2017, and shall be electronically submitted to Robin Kemp-Tate at robin.l.kemp-tate.civ @mail.mil. Responses not received via email will not be reviewed. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/68cf86ecd6418d26a4b1705170fad506)
- Place of Performance
- Address: Fort Gordon, GA (Address will be provided at a later date if an RFQ and/or RQP is posted), Fort Gordon, Georgia, United States
- Record
- SN04563170-W 20170701/170629235741-68cf86ecd6418d26a4b1705170fad506 (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 |