Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOLICITATION NOTICE

U -- CYBERSHIELD 2021 SPECTER OPS TRAINING

Notice Date
5/4/2021 5:39:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP21R0008
 
Response Due
5/28/2021 11:00:00 AM
 
Archive Date
06/12/2021
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP21R0008 AGENCY/OFFICE:� Utah Army National Guard / USPFO PLACE OF PERFORMANCE:� Utah Army National Guard / G6 17800 S Redwood Rd, Camp Williams, UT 84065 PERIOD OF PERFORMANCE:� 13-16 JULY 2021 SUBJECT:� Specter Ops CyberShield 2021 Training RESPONSE DUE DATE:� 12:00 PM MST 28 MAY 2021 CONTRACTING POC:� William (Billy) T. Brown III�� Email:� William.t.brown68.civ@mail.mil�� Phone:� 801-432-4273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A BRAND NAME TOTAL SMALL BUSINESS (SB) SET-ASIDE*** The Utah National Guard is soliciting a Brand Name requirement for Specter Ops CyberShield 2021 Training under combined synopsis/solicitation W911YP21R0008 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a Total Small Business set-aside under NAICS code 541690 - �Other Scientific and Technical Consulting Services� which has a Small Business Size Standard of $16.5 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Furthermore, your company must also demonstrate you have the capability to conduct Specter Ops training. Statement of Work for Cyber Shield 21 Specter Ops Training: Cyber Shield is a National Guard exercise, in cooperation with USAR and USMCR, to conduct cyber defensive operations (DCO) training and assessment for DCO-Elements (DCOE), Cybersecurity detachments/cells, and Cyber Protection teams (CPTs) in a virtual/online platform from the 12th of July to the 15th of July 2021. Cyber Shield provides a collective training event for these teams and sets the conditions for evaluation against Army/Joint standards, including: Network Defense, Forensic Analysis, Reporting and Mitigation, Incident Response, etc. All Vendor provided training must be geared toward one of the Army Cyber standards. Vendors must accurately and completely describe their training courses through the use of a Course Syllabus or Program of Instruction. OPFOR Operational Training: Two core components of the DCO-E mission are support to state and local entities and support to critical infrastructure. It is vital that the OPFOR/Red team receive training focused on Practical Web Application Security consisting of comprehensive training on the latest open source tools and manual techniques for performing end-to-end discovery and exploitation of web applications. This training also allows OPFOR to be better equipped and trained on the tools (Burp Suite Pro) and techniques to fully and successfully analyze web applications for exploitable security issues. The end result is an individual with the confidence and skill set to find and exploit flaws in web applications.. OPFOR/Red Team Training Requirements: 1.� Vendor must provide a training course no less than 32 hours focusing on Adversary Tactics for OPFOR/Red Team training starting the 13th of July 2021 through 16th of July 2021. Vendor will use July 12th to set-up and prepare for the training taking place. 2.� Course must provide eight hours of instruction per day. Course execution will run Tuesday through Friday 13 July thru 16 July 2021. 3.� Training must focus on the analysis of adversary simulation, adversary resilience, and adversary detection. This course will teach students how to infiltrate networks, gather intelligence, and covertly persist in a network like an advanced adversary. 4.� All phases of red team engagement should be in depth and include: advanced attack infrastructure set-up and maintenance, user profiling and phishing, hosts enumeration and �safety-checks,� advanced lateral movement, sophisticated Active Directory domain enumeration and escalation, persistence(userland, elevated, and domain flavors), advanced Kerberos attacks, data mining, and exfiltration. 5.� Instructors must have real world experience working in this industry and dealing with malware on a daily basis. Instructors should have the expertise necessary to confidently facilitate scenario-based problem solving as related to such incidents. 6.� Vendor should provide documentation that participants can use as a reference guide for the material learned in their course at Cyber Shield 2021. 7.� Vendor must be able to complete all training and labs in a virtual environment. OPSEC and AT Level 1 Training Requirements: 1.� Vendor employees working on Camp Williams must complete OPSEC and Anti-Terrorism Level 1Awareness training prior to performance on this contract. SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. CONTRACT TYPE / MULTI-OPTION YEARS / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price contract for Specter Ops training to be conducted during CyberShield 2021 13-16 JULY 2021.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� For proposals to be technically acceptable, it must meet all the specifications outlined in the SOW and indication of past performance experience relating to conducting Specter Ops cyber training. Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance.� If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 28 MAY 2021.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS & CLAUSES:� The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference. �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 full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a779cabfc1f4c8e8f0c31e30ac2ef83/view)
 
Place of Performance
Address: UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN05990855-F 20210506/210504230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.