Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOLICITATION NOTICE

U -- Computer Based Training - (Draft)

Notice Date
6/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-12-Q-00207
 
Archive Date
7/12/2012
 
Point of Contact
Thomas Siedel, Phone: 202-447-5971, Chiara H Best, Phone: 202-447-5702
 
E-Mail Address
thomas.siedel@hq.dhs.gov, chiara.best@hq.dhs.gov
(thomas.siedel@hq.dhs.gov, chiara.best@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/ Solicitation Combined Synopsis/Solicitation Solicitation Number: HSHQDC-12-Q-00207 Date Posted: June 20, 2012 Classification Code: NAICS Code: 611420- Computer Training Recovery and Reinvestment Action: No Response Date: June 27, 2012 Primary Point of Contact: Thomas Siedel Contract Specialist Thomas.siedel@hq.dhs.gov Ph: 202-447-5971 Synopsis: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-50. The North American Industry Classification System (NAICS) code is 611420. This is a Request for Quotation (RFQ) and the solicitation number is HSHQDC-12-Q-00207. It is the intent of the government to award a Firm Fixed Price contract for this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and technically acceptable. All interested parties must quote on all items. Award will be made to the lowest price technically acceptable, responsible quoter. To be technically acceptable, the items being quoted must meet or exceed the salient characteristics listed in the requirements below. Background: Information technology offices must ensure that all individuals receive specialized training focused on their responsibilities and the application rules before allowing individuals access to the application. This may be in addition to the training required for access to a system. Such training may vary from a notification at the time of access for retrieval applications (e.g., for members of the public using an information retrieval application) to formal training (e.g., for an employee that works with a high-risk application). The National Security Systems, Chief Information Security Officer (NSS CISO) will be positioned better to offer specialized training on an annual basis during the course of the year. The expectation is to utilize the CBT on the NSS CISO's website, while satisfying the OIG's requirement to implement a training program. A. Purpose: The purpose of this effort is to ensure that all individuals receive specialized Information Technology (IT) security and operational training focused on their responsibilities and the application rules before allowing individuals to have access to the application. B. Scope: Providing specialized training with computer based training (CBT) media will be a primary methodology to allowing the Knowledge Management Division (KMD) to stay in compliance with delivering a successful IT training program. This program will include all DHS personnel with access to sensitive systems. The NSS CISO's training program will provide training on an annual basis and throughout the course of the year. This training will be appropriately tracked and users will be credited with completing mandatory training. The computer based training courses will be hosted on accredited systems within DHS through the NSS CISO's portal. The courses must be designed to be self-paced and users will have ample time to complete specialized training as prescribed in a number of different regulations. Having properly trained personnel is one preventive step in securing the Government systems and ensuring privileged users are knowledgeable. C. Requirements: The NSS CISO has a requirement to provide specialized computer based training which includes Network Security, Information Security and Microsoft Windows Server and other technology centric specialty areas to DHS personnel serving in positions which require privileged access to information systems. Our main objective is to purchase the specific training listed below on a CD or DVD format. Install the various training CBT classes on NSS CISO internal server. Once the courses are on the server, the NSS CISO Users will have access to them at any time. Multiple users must have the capability to take the same course individually at the same time. In order to achieve the above objectives the CBT must have enterprise capability. The NSS CISO is seeking a licensed CBT suite which will permit access to CBT training courses through a Government owned portal. Additionally the vendor product must meet the following objectives: • Provide a site license with unlimited concurrent users • Government must be able to utilize Government computer resources with no Internet connections required • Course content must be no older than one year since last updated by the vendor to ensure the Government is receiving the most current training information possible • Courses must be presented via removable media (DVD or CD-ROM) • Offer a course comparable to the list below: 1. Network+, CompTia Certified Curriculum* 2. Security+, CompTia Certified Curriculum* 3. Windows Server 2008 Active Directory Configuration, Microsoft Exam 70-640 Curriculum* 4. Windows Server 2008 Applications Infrastructure Configuration, Microsoft Exam 70-643 Curriculum* 5. Windows Server 2008 Network Infrastructure Configuration, Microsoft Exam 70-642 Curriculum* 6. Windows Server Virtualization, Configuration, Microsoft Exam 70-652 Curriculum* 7. Oracle 11g Introduction to SQL, Oracle Certification Curriculum* 8. Oracle 11g Database Administrator I, Oracle Exam Curriculum 1Z0-052* 9. Oracle 11g Database Administrator II, Oracle Exam Curriculum 1Z0-053* • * Course curriculum should follow the exam standards set by the originating vendor i.e. CompTia, Microsoft or Oracle. D. Deliverables: • Must provide curriculum for each course when responding to solicitation. • Set of CD/DVD's for the 9 courses indentified 30 days after award E. Operating Constraints: • Windows 2003/2008 Server • Intel Pentium 3 Dual Core 2.4 Ghz, 2 GB RAM, CD/DVD F. Point of Contact: Point of contact for this acquisition request is Thomas Siedel, Contract Specialist, Thomas.siedel@hq.dhs.gov or 202-447-5971. G. Period of Performance: The period of performance is from August 1, 2012 to August 31, 2012. H. Place of Performance: The primary place of performance will be Nebraska Avenue Complex, Bldg 19, 3801 Nebraska Ave., NW, Washington, DC 20258. I. Submission of Quotations: Quotations must provide a price quote for all items and contain product specifications addressing the required salient characteristics. Submit signed and dated quotes no later than Wednesday, June 27, 2012, 1:00 PM Eastern Standard Time (EST).Quotes must be e-mailed to Thomas.siedel@hq.dhs.gov. Attn: Thomas Siedel. Also, in the email subject line please indicate HSHQDC-12-Q-00207 Computer Based Training. a. Questions. Submit questions regarding this solicitation to Thomas Siedel at and/or Thomas.siedel@hq.dhs.gov and Chiara Best at Chiara.best@hq.dhs.gov by 4 pm EDT on Wednesday, June 22, 2012. Also, in the email subject line please indicate HSHQDC-12-Q-00207 Computer Based Training. Please be advised that the Government will treat quotes received after the deadline as late in accordance with FAR 52.212-1(f). Quotes submitted orally will not be accepted. The quoter must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, quoters must be registered in the Central Contractor Registration (CCR) database. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Quoters must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. Quotes should also include the following: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotes; (3) The name, address, and telephone number of the quoter; (4) Provide the total price for the requirement identified above; (5) Demonstrated commitment to meet the delivery schedule; (6) Terms of any express warranty; (7) Price and any discount terms; (8) "Remit to" address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3, downloaded from web site http://orca.bpn.gov; (10) Acknowledgment of Solicitation Amendments (if applicable); (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitations. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitations may be excluded from consideration. (12) Provide a price quote. J. Period for Acceptance of Quotes: The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in the solicitation. K. Late Submissions, Modifications, Revisions, and Withdrawals of Quotes: (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote, modification, revision, or withdrawal of an quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a quoter or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. L. Contract award: The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the quoter's initial quote should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. M. Data Universal Numbering System (DUNS) Number: The quoter shall enter, in the block with its name and address on the cover page of its quote, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. N. Central Contractor Registration: Unless exempted by an addendum to this solicitation, by submission of an quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. O. Debriefing: If a post-award debriefing is given to requesting quoter, the Government shall disclose the following information in accordance with 15.506 Post award debriefing of offerors, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed quoter's quote. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed quoter and past performance information on the debriefed quoter. (3) The overall ranking of all quoters, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful quoter. (6) Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. P. Provisions and Clauses: The following clauses apply to this solicitation. They can be found at https://www.acquisition.gov/far/. 52.212-1, Instructions to Quoters - Commercial Items. 52.212-2, Evaluation of Commercial Items, 52.212-3, Quote or Representation and Certifications Commercial Items. 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The contractor shall comply with the following FAR clauses, which are incorporated in contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items (1) 52.219-6, Notice of Total Small Business Set Aside; (2) 52.222-3, Convict Labor; (3) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (4) 52.222-21, Prohibition of Segregated Facilities; (5) 52.222-26, Equal Opportunity; (6) 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans; (7) 52.222-36, Affirmative Action for Workers with Disabilities; (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (9) 52.225-3, Buy American Act Supplies; (10) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (11) 52.247- 34, FOB Destination. The contractor's must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. The contractor can register in the CCR at www.ccr.gov. -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-Q-00207/listing.html)
 
Place of Performance
Address: The primary place of performance will be Nebraska Avenue Complex, Bldg 19, 3801 Nebraska Ave., NW, Washington, DC 20258., Washington, District of Columbia, 20258, United States
Zip Code: 20258
 
Record
SN02780907-W 20120622/120620235524-27856445c0b504790fb055260233a336 (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.