SOURCES SOUGHT
U -- INFORMATION ASSURANCE (IA) VIRTUAL TRAINING CLASSROOM SUPPORT
- Notice Date
- 5/7/2010
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-10-R-0028
- Response Due
- 10/1/2010
- Archive Date
- 11/30/2010
- Point of Contact
- Alyssa A. Murray, 703-325-5516
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(alyssa.murray@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- May 7, 2010 Sources Sought Market Survey, Reference #W91QUZ-10-R-0028. Subject: Sources Sought Market Survey, Announcement Number W91QUZ-10-R-0028, Virtual Interactive Information Assurance Training This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. This announcement is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI received by the Government will not be accepted to form a binding contract. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The US Army Contracting Command, National Capital Region Contracting Center (NCRCC) at Hoffman II, on behalf of the Army Chief Information Officer (CIO)-G6, intends to procure Virtual Interactive Information Assurance Training using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. The required services are currently being performed under ITES-2S Contract W91QUZ-04-D-0004-0005 awarded to Lockheed Martin Corporation. The required virtual training capability includes: builds specialized courses, hosts them on the site, updates them and provides the virtual modules and computer simulations for students to demonstrate proficiency in use of the tools. The contractor personnel and contractor facility must maintain DoD Secret security clearances. Only small businesses are to submit capability packages. The primary NAICS code for the required services is 611430, Professional and Management Development Training. The business size standard is $7 million. If at least two (2) small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by the date and time set forth below, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two (2) responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. The capability packages for this sources sought market survey shall not be in the form of technical and price proposals, but rather statements regarding the firms existing experience in relation to the areas specified in the attached Performance Work Statement (PWS). Complete Capability Packages will provide answers with supporting statements to all of the following questions: 1. Has your firm developed and managed a suite of Information Assurance course modules that are adaptable to the changing technology environment of the tactical and non-deployed users with a course library of ten or more courses? 2. Does your firm have the capability and experience to provide updates to the Governments virtual, interactive online training capability IA Virtual Training Classroom (IAVTC) to train personnel worldwide delivering hands-on instruction at their home station using Internet connectivity, Virtual technology for training by students using systems to replicate functionality of the tool in their environment, and web technologies on the use of select IA Computer Network Defense (CND) tools? 3. Does your firm has the capability and experience to host and provide interactive training hardware/software solutions that can teach 500 700 concurrent students on-line on any training module, with an minimum annual student throughput of 500,000 700,000 students? 4. Does your firm have the capability and experience to operate, configure, and maintain a virtual training classroom that employs hardware/software that is compliant with IAVA security requirements and ensure that any use of the Simple Network Management Protocol (SNMP) does not expose the Army to security vulnerabilities? 5. Does your firm have the capability and experience to revise interactive virtual courses using Analysis, Design, Development, Implementation and Evaluation (ADDIE) processes? 6. Is your firm compliant with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d)? 7. Financial Capability - Does your firm have the financial capability to withstand a negative cash flow of (insert dollar amount ($)) per month? For Contracts: Estimated value of the contract divided by 12 = monthly dollar amount. For IDIQ: Projected Estimated annual value of all task orders divided by 12 = monthly dollar amount. 8. Past Performance - Does your firm have the relevant past performance within the last three (3) years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed). 9. Corporate Experience Does your firm have the work experience similar in nature, scope, complexity, difficulty of work in the attached PWS? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to Alyssa Murray for this procurement. If a RFQ or RFP is issued, the approximate issue date will be June 15, 2010. Firms may contact Alyssa Murray for instructions on accessing the RFQ or RFP. A Time and Materials (T&M) type contract or task order is anticipated. The anticipated period of performance will be from September 30, 2010 to September 29, 2011 with two 12-month option periods. The primary place of performance will be the contractors facility. Contractor personnel will require a current DoD Secret security clearance in accordance with the attached PWS. Contractors are responsible for all costs for submitting their capability packages. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. Capability packages must not exceed ten (10) pages and must be submitted electronically, in MS Word, MS Excel and/or PDF formats only. Capability packages with more than ten (10) pages will not be considered. All contractor questions concerning this Sources Sought announcement must be submitted, in writing, no later than 4:30 p.m. on Thursday, May 13, 2010, to email: alyssa.murray@conus.army.mil or desktop fax: 703-428-9853. Capability packages must be submitted no later than 4:30 p.m. on Monday, May 17, 2010, to email: alyssa.murray@conus.army.mil or desktop fax: 703-428-9853. See Attachment 1, PWS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49199e765106e1159bd32726649d8326)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN02143955-W 20100509/100507234928-49199e765106e1159bd32726649d8326 (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 |