SOURCES SOUGHT
R -- WOAC Enterprise Scripting
- Notice Date
- 2/4/2022 9:49:14 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
- ZIP Code
- 30905-5719
- Solicitation Number
- W91249-02042022
- Response Due
- 2/11/2022 6:00:00 AM
- Point of Contact
- Sherrilyn Rice, Phone: 7067911831
- E-Mail Address
-
sherrilyn.u.rice.civ@army.mil
(sherrilyn.u.rice.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure a non-personnel service contract for training instruction for the Cyber Operations Technician (170A) Warrant Officer Advanced Course (WOAC), US Army Cyber School, Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. 1.) Present instruction consisting of a four (4) week block of OCO and DCO training to three (3) 170A WOAC classes, maximum twenty (20) students per class. Class 22-002 (05 MAY � 07 SEP 2022); Class 22-003 (22 AUG � 15 DEC 2022); Class 23-001 (09 JAN � 02 MAY 2023). Primary instruction material for all modules will be up to the UNCLASSIFIED//FOUO Level, and will be supported through the fostering of student self-development, platform instruction, student performance assessments, training resource maintenance, training schedule development, exam management and administration, and assisting students with developing, preparing, and practicing presentations. Contractor personnel shall demonstrate model behavior and professionalism at all times.� 2.) Instruct a four (4) week block of OCO and DCO curriculum for the WOAC technical training, beginning May 2022 (or at contract start date). Training should enable students to perform cyberspace-related intelligence gathering & reconnaissance, projection of power through the preparation, and execute OCO and DCO cyberspace activities. Curriculum and instruction will attain operational relevance through the inclusion of classified discussions of operational techniques, methodologies, and information. Each topic is one forty (40)-hour work week, five (5) days, in length. The courses are: Advanced Windows Scripting (PowerShell) Advanced Protocol Analysis Enterprise Services Embedded Operating Systems. A small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it 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.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a 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 anticipated NAICS code is 611430, Professional and management Development Training. Attached is the draft Statement of Work (SOW). In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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.� Does the company have a GSA Schedule contract?�� If so provide the GSA Schedule contract number.� 2.� 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. 3. �Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.� 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 5.� 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. 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9.� Submit your response to this Sources Sought, including any capabilities statement, to the Contract Specialist, Larry Bush in either Microsoft Word or Portable Document Format (PDF), via email larry.c.bush6.civ@army.mil No Later Than 0900 on 11 February 2022 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/11b1b0b29dfb4902a58f3bd04fa7f673/view)
- Place of Performance
- Address: Fort Gordon, GA 30905, USA
- Zip Code: 30905
- Country: USA
- Zip Code: 30905
- Record
- SN06234068-F 20220206/220204230112 (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 |