Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2021 SAM #7148
SOURCES SOUGHT

99 -- Market Survey � Linux Operating System Training

Notice Date
6/25/2021 9:29:26 AM
 
Notice Type
Sources Sought
 
NAICS
611420 — Computer Training
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
LINUXOS0001
 
Response Due
7/13/2021 1:00:00 PM
 
Archive Date
07/28/2021
 
Point of Contact
Erica Conley
 
E-Mail Address
erica.m.conley@faa.gov
(erica.m.conley@faa.gov)
 
Description
The purpose of this Market Survey is to improve the Government's understanding of the current marketplace and to identify capable sources. Responses to this Market Survey will be used for informational purposes only to support the development of a strategy for the Federal Aviation Administration�s (FAA�s) contemplated Linux Operating System (Linux OS) Training acquisition and will not be released. This is not a Screening Information Request or Request for Proposal. � The FAA requires a majority of the technical workforce to attend and complete an introductory non-distribution specific Linux OS training. The technical workforce must maintain a mastery of this training to perform assigned maintenance activities safely and effectively. Historically, introductory non-distribution specific Linux OS training has been conducted by the FAA at the FAA Academy in Oklahoma City, Oklahoma. The FAA Technical Operations and Training Programs Group (AJI-23) has identified a need to standardize this training and increase student throughput. In order to meet these identified needs, the FAA is seeking Contractor-provided training. The objective of this requirement is to obtain non-distribution specific Linux OS training, to include annual refresher training. Standardized/credentialed training is required for FAA Technical Operations employees that operate and maintain National Airspace Air Traffic Equipment running Linux-based OS software (i.e. Linux, Minix, RedHat, CentOS, etc.). For non-distribution specific Linux OS training, the FAA is seeking either a Virtual Instructor-led offering or a Regional Hands-On (in person) offering. Annual refresher training must be conducted virtually. Included as Attachment A to this announcement is the draft Statement of Work (SOW) for the Linux OS Training requirement. The FAA requests responses from industry to include the following: a.���Capability Statement: Responders must provide a Capability Statement, including the following information: A description of the type of service your company provides and years of experience, which demonstrates the ability to perform the requirements outlined in the draft SOW. A detailed description of current contracts, within the past five (5) years of the posting of this Market Survey, including size and type of current contracts, which demonstrates that this current experience is of similar scope to the requirements outlined in the draft SOW. Clearly state if your company has previously conducted the following training and include the total number of years your company has been providing these services: 1. Virtual Instructor-led Non-Distribution Specific Linux OS Training; 2. Regionally Delivered Hands-on Non-Distribution Specific Linux OS Training; 3. Non-Distribution Specific Linux OS Annual Refresher Training. A description of current training curriculums, to include mode of training delivery (virtual or in-person). Examples of your company�s ability to successfully provide Virtual Instructor-led Non-Distribution Specific Linux OS Training and/or Regionally Delivered Hands-on Non-Distribution Specific Linux OS Training and/or Non-Distribution Specific Linus OS Refresher Training. What was the breakdown of throughput for each type of delivery mode for training? If your company will require the services of additional subcontractors to perform the requirements of this contract, please identify any subcontracts, teaming agreements, or partnerships and the estimated percentage of work each third party would perform against the total effort of the contract. Identify each subcontractor and/or teaming partners by their business type and size, e.g., small businesses, service disabled veteran owned small businesses (SDVOSB), 8(a) socially and economically disadvantaged businesses (SEDB) or women-owned small businesses (WOSB). b. Business Declaration: This Market Survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, 8(a) certified firms, or women-owned small businesses.�The NAICS code for this requirement is 611420 - Computer Training, with a small business size standard of $12.0M. Responders are requested to review and complete the Business Declaration Form, included as Attachment B to this announcement. This Market Survey must not be construed as an obligation on the part of the FAA to acquire these items.� Since this is not a Screening Information Request or Request for Proposal, no results will be issued to the responding firms. No solicitation for these items exists at this time. If a solicitation is issued, it will be announced on the SAM.gov website. It is the vendor�s responsibility to monitor the website for release of the solicitation.� The FAA will not entertain or accept unsolicited proposals for this work. The FAA will not be liable for any costs associated with the preparation of responses to this Market Survey, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement. �Any costs associated with the Market Survey submissions will be solely at the interested party�s expense.� The FAA may request that one, some, all, or none of the responders to the Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. Interested vendors� responses must be submitted by email no later than 4:00 P.M. Eastern Time on July 13, 2021. Responses to this Market Survey are limited to 10 pages and must be in writing, on company letterhead, and must include responder point of contact information including name, telephone number, e-mail address, and mailing address. The Business Declaration Form (Attachment B) is not included in the page limitation. Any proprietary information submitted must be properly identified. Information from vendor submissions may be used in future acquisition activities on a non-vendor specific basis.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24345b7894c0469ebe57ae4e6e5ac16a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06043767-F 20210627/210625230121 (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.