Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

D -- AFICA Cybersecurity Risk Management Services Support - REVISED - Cybersec PWS 20180313 - Amendment 2

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA3002-18-R-0006
 
Archive Date
4/24/2018
 
Point of Contact
Andrea Haynes, Phone: 2106524383, Jonathan Bearce, Phone: 2106527752
 
E-Mail Address
andrea.haynes.3@us.af.mil, jonathan.bearce@us.af.mil
(andrea.haynes.3@us.af.mil, jonathan.bearce@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Cybersecurity: Amendment 02 - PWS revision Cybersecurity: REVISED PWS as of 20180313 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) within areas of the Information Technology Infrastructure Library (ITIL)/Defense Enterprise Services Management Framework (DESMF) and Information Security Management (ISM)/Risk Management Framework (RMF) processes. Two teams of Cybersecurity Professionals and a Portfolio Manager 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). The third task requires a Portfolio Management (PfM) professional to complete tasks such as assisting AETC personnel with registration, updates, and change requests, and manage IT portfolio management data in the DoD/AF directed system. 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; proposals are being requested and a written solicitation will not be issued. Simplified procedures as outlined in FAR 13.5 will be used for the acquisition of this commercial item. (ii)This solicitation, number FA3002-18-R-0006 is issued as a Request for Proposal (RFP). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 6 Nov 2017. (iv)In accordance with FAR Subpart 19.1405, Service-disabled Veteran-owned Small Business Set-aside Procedures, this procurement is 100% 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 Proposal 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 19 Jan 18. (vii)The anticipated award is for a 12-month base period and two 12-month option periods (11 May 2018 - 10 May 2021). Place of performance will be JBSA-Randolph, TX. Acceptance will be conducted by HQ AETC/A6. (viii)The provision at FAR 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. 52.212-1 Addendum. Paragraph (g) of this clause is tailored as follows: (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without interchanges with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received (ix)The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. See Attachment 3 for Evaluation Criteria. (a)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: (1) Technical Capability (2) Past Performance (3) Price Technical and past performance, when combined, are approximately equal to cost or price. (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The firm-fixed-price shall include any volume or spot discounts. Since the Government intends to award a contract without interchanges with respective offerors, you are encouraged to offer your most advantageous proposal in your initial response. (x)In accordance with FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Nov 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 paragraph (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 (t) of this provision. (xi)The clause at FAR 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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2017), applies to this acquisition. 52.203-6Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-6Alt I; (Oct 1995); 52.203-13Contractor Code of Business Ethics and Conduct (Oct 2015); 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-6Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-14Limitations on Subcontracting (Jan 2017); 52.219-27Notice of Service Disabled Veteran-Owned Small Business Set- Aside (Nov 2011); 52.219-28Post-Award Small Business Program Representation (Jul 2013); 52.222-3Convict Labor (Jun 2003); 52.222-21Prohibition of Segregated Facilities (Apr 2015); 52.222-26Equal Opportunity (Sep 2016); 52.222-35Equal Opportunity for Veterans (Oct 2015); 52.222-36Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37Employment Reports on Veterans (Feb 2016); 52.222-50Combating Trafficking in Persons (Mar 2015); 52.222-54Employment Eligibility Verification (Oct 2015); 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33Payment by Electronic Funds Transfer - System for Award Management (Jul 2013); 52.239-1Privacy or Security Safeguards (Aug 1996) (xiii)The clause at FAR 52.217-8, Option to Extend Services (Nov 1999), applies to this acquisition. The contract will include FAR 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 the extension is exercised will be used. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days prior to contract expiration. (xiv)The clause at FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), applies to this acquisition. The contract will include FAR 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 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days prior to contract expiration. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, and under FAR 52.217-8, 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): 52.203-3Gratuities (Apr 1984); 52.203-12Limitation on Payments to Influence Certain Federal Transactions (Oct 2010); 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014); 52.204-2Security Requirements (Aug 1996); 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); 52.204-7System for Award Management (Oct 2016); 52.204-9Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-21Basic Safeguarding of Covered Contractor Information Systems (Jun 2016); 52.222-22Previous Contracts and Compliance Reports (Feb 1999); 52.223-5Pollution Prevention and Right-to-Know Information (May 2011); 52.224-1Privacy Act Notification (Apr 1984); 52.224-2Privacy Act (Apr 1984); 52.228-5Insurance - Work on a Government Installation (Jan 1997); 52.232-18Availability of Funds (Apr 1984); 52.232-39Unenforceability of Unauthorized Obligations (Jun 2013); 52.233-1Disputes (May 2014); 52.233-2Service of Protest (Sep 2006); 338 SCONS/PKD 2021 First Street West JBSA-Randolph, TX 78150-4302 jonathan.bearce@us.af.mil 52.237-2Protection of Government Buildings, Equipment, and Vegetation; 52.242-13Bankruptcy (Jul 1995); 52.245-1Government Property (Jan 2017); 52.245-9Use and Charges (Apr 2012); 252.201-7000Contracting Officer's Representative (Dec 1991); 252.203-7000Requirements Relating to Compensation to Former DoD Officials. (Sep 2011); 252.203-7002Requirement to Inform Employees of Whistleblower Rights. (Sep 2013); 252.203-7005Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7000Disclosure of Information (Oct 2016); 252.204-7003Control of Government Personnel Work Product (Apr 1992); 252.204-7004Alternate A, System for Award Management (Feb 2014); 252.204-7005Oral Attestation of Security Responsibilities (Nov 2001); 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); 252.205-7000Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.209-7004Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015); 252.211-7007Reporting of Government-Furnished Property (Aug 2012); 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014); 252.225-7012Preference for Certain Domestic Commodities (Dec 2017); 252.225-7048Export-Controlled Items (Jun 2013); 252.232-7003Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7007Limitation of Government's Obligation (Apr 2014); 252.232-7010Levies on Contract Payments (Dec 2006); 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013); 252.239-7001Information Assurance Contractor Training and Certification (Jan 2008); 252.243-7001Pricing of Contract Modifications (Dec 1991); 252.243-7002Requests for Equitable Adjustment (Dec 2012); 252.245-7001Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); 252.245-7002Reporting Loss of Government Property (Apr 2012); 252.245-7003Contractor Property Management System Administration (Apr 2012); 252.245-7004Reporting, Reutilization, and Disposal (Sep 2016); 252.247-7023Transportation of Supplies by Sea (Apr 2014) 5352.201-9101Ombudsman (Jun 2016); Dep. Dir. of Contracting, AFICA/KT, 2035 First Street West, JBSA Randolph TX 78150-4304, 210-652-1722 5352.204-9000Notification of Government Security Activity and Visitor Group Security Agreements (Jan 2017); 5352.223-9001Health and Safety on Government Installations (Nov 2012); 5352.242-9000Contractor access to Air Force installations. (Nov 2012); 5352.242-9001Common 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, 27 Mar 18 - Questions in response to this notice shall be sent via e-mail to both contacts in paragraph (xvii) below. NLT 10:00 AM CST, 27 Mar 18 - Past Performance Questionnaire shall be sent via e-mail to both contacts in paragraph (xvii) below. NLT 10:00 AM CST, 3 Apr 18 - The Past Performance volume shall be submitted via mail or hand delivery (see paragraph xvii below). No submissions will be accepted via e-mail. NLT 10:00 AM CST, 09 Apr 18 - General, Technical and Price proposal volumes shall be submitted via mail or hand delivery (see paragraph xvii below). No submissions of General, Technical, or Price proposal information will be accepted via e-mail. 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 ensure 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 Contract Specialist via e-mail when a proposal is submitted and/or when planning to hand carry a proposal. (xvii) Points of Contact: Andrea "Monique" Haynes, Contract Specialist, Phone 210-652-4383 Email: andrea.haynes.3@us.af.mil Jonathan Bearce, Contracting Officer, Phone: 210-652-7752 Email: jonathan.bearce@us.af.mil. Mailing/Physical Address: TO BE OPENED BY ADDRESSEE ONLY 338 SCONS/PKD Attn: Andrea M. Haynes/Jonathan Bearce 2021 First Street West, Bldg 853 JBSA-Randolph, TX 78150-4302 Place of Performance: JBSA-Randolph, TX Attachments: 1) PWS 2) Instructions to Offerors - FAR 52.212-1 (Addendum) 3) Evaluation Factors - FAR 52.212-2 (Addendum) 4) Price Proposal Spreadsheet 5) Draft DD254, Contract Security Classification Specification 6) Past Performance Information Sheet 7) Past Performance Questionnaire 8) Subcontractor Consent Letter 9) Client Authorization Letter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/756c7a46711d4e9a5102f5bb56440c47)
 
Place of Performance
Address: HQ AETC/A6, JBSA-Randolph, Texas, 78150, United States
Zip Code: 78150
 
Record
SN04853645-W 20180316/180314230932-756c7a46711d4e9a5102f5bb56440c47 (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.