Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
SOURCES SOUGHT

R -- CSB Instructor - Draft PWS

Notice Date
5/10/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
 
ZIP Code
30905-5719
 
Solicitation Number
11104056
 
Point of Contact
Trina Wadley, Phone: 7067911813
 
E-Mail Address
trina.k.wadley.civ@mail.mil
(trina.k.wadley.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft Performance Work Statement SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to support for Cyber Security (CS) and Network Defense (ND) courseware development and instruction. The draft Performance Work Statement (PWS) presents and describes the major tasks and activities required to execute the contract effort to provide high-quality management and instructors for curriculum development and instruction of training courses conducted for the Cyber CoE. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Only 8(a) vendors will be considered. Telephone inquiries will NOT be accepted or acknowledged, and NO feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at Fort Gordon, GA, DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. REQUIRED CAPABILITIES The Contractor shall provide instruction and support services in a classroom environment. These services shall provide skills related to the attack and defense of Internet Protocol (IP) and other data networks; explore emerging IP technologies for integration into the curriculum and provide subject matter expertise; provide information systems security, intrusion detection, IP addressing, firewall theory, routing theory, systems architecture / construction / topology, circuit switching, packet switching, network protocol, topology, and encryption expertise. The Contractor shall have extensive experience in the management and understanding of malicious programs capable of harassing advanced computers and networks (e.g. WinNuke applications, Back Orifice, NetBus, Sub7, Metasploit, Pro Rat, etc). In addition the Contractor shall have extensive experience in the use of Denial of Service (DoS) attacks (e.g. SYN flood, ICMP and ping floods as well as other Gray Hat / Black Hat utilized attack methodologies). The Contractor shall provide and maintain state-of-the-art subject matter experts (SMEs), computer network defense - service provider instructors, and a trained workforce capable of providing training support services in CS, ND, and other IT security, as specified in the PWS. The Contractor shall revise and develop new curriculum by providing a planning timeline, conducting research and development. In addition the Contractor shall provide technical analysis and administration; develop course material and syllabus; software package/images used to perform labs or practical exams; conduct classroom and lab instruction, and maintenance; develop and grade homework assignments, tests, and labs; provide blended training solutions, labs, assessment or self-study products; and providing all subject texts and textbooks for the requisite course; develop and employ advanced distributed learning; coordinating off site training and VTC lecturers for the courses, as directed by the COR and outlined in the QASP. These services shall support the Army Chief Information Officer/G6 (CIO/G6) IA workforce training and certification requirements for information assurance technician (IAT), information assurance manager (IAM), computer network defense - service provider (CND-SP), and information assurances system architect engineer (IASAE) levels for IA personnel, per DODD 8570.1M https://ia.signal.army.mil/docs/857001m.pdf. Please refer the draft Performance Work Statement (PWS) attached to this announcement for a detailed description of this requirement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: The contractor employees performing on this contract must be a U.S. citizen. At work performance start date, contractor employees to include subcontractors, performing on this contract shall have a SECRET security clearance and shall maintain the required security clearance throughout the life of the contract. ELIGIBILITY The applicable NAICS code for this requirement is 611430 with a Small Business Size Standard of $25,500,000.00. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 7 am, EST 22 May 2018. All responses under this Sources Sought Notice must be e-mailed to Trina Wadley trina.k.wadley.civ@mail.mil. No phone call or emails will be accepted after this date. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as an 8(a) 8.) Include in your response your ability to meet the requirements in the specifications of this requirement. The estimated period of performance consists of a base and two one year option periods. The contract type is anticipated to be a Firm Fixed Price (FFP) contract. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Trina Wadley, in either Microsoft or Portable Document Format (PDF), via email trina.wadley.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b29c98600e400efb008b10f0eb1359b6)
 
Place of Performance
Address: U.S. ARMY CYBER CENTER OF EXCELLENCE (CyberCoE), Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN04918193-W 20180512/180510230646-b29c98600e400efb008b10f0eb1359b6 (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.