Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
MODIFICATION

D -- System Administration Training for Solaris 10 OS.

Notice Date
8/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2ATGH2180AC01
 
Archive Date
9/28/2012
 
Point of Contact
Joseph E Bac, Phone: 7017475347, Jeremiah J Snedker, Phone: (701) 747-5299
 
E-Mail Address
joseph.bac@us.af.mil, jeremiah.snedker@us.af.mil
(joseph.bac@us.af.mil, jeremiah.snedker@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will not be issued. The reference number is F2ATGH2180AC01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition is total small business set aside under the North American Industry Classification System (NAICS) code of 611420. The business size standard is $7 million. This request for quotation consists of the following: CLIN 0001: System Administration for the Solaris 10 Operating System Part 1 (SA-200-S10), course code 4009, 5 day course for 12 students provided at Grand Forks AFB, Building 542; training dates should be no later than Dec 2012 and must be coordinated with customer by 15 Sep 2012; cost should include instructor travel & expenses, applicable training guides, and applicable software. Train personnel on Oracle Solaris 10 Operating System (OS) Part 1 including introduction to the Oracle Solaris 10 OS Directory Hierarchy, management of local disk drives, management of UNIX File System (UFS), File Systems, performance of mounts & unmounts, use of ZFS files systems, describes interface configurations, performance of package administration, management of software patches, use of boot Programmable Read Only Memory (PROM) commands, use of Grand Unified Bootloader (GRUB), performance of legacy boot and shutdown procedures, service management facility (SMF), performing user administration, control of system processes, and Oracle Solaris 10 OS installation requirements. CLIN 0002: System Administration for the Solaris 10 Operating System Part 2 (SA-202-S10), course code 4010, 5 day course for 12 students provided at Grand Forks AFB, Building 542; training dates should be no later than Dec 2012 and must be coordinated with customer by 31 Aug 2012; cost should include instructor travel & expences, applicable training guides, and applicable software. Train personnel on Oracle Solaris 10 Operating System (OS) Part 2 including Managing Swap Space, Core Files and Crash Dumps, Configuring Network File System (NFS), Configuring AutoFS (That is the name for the program used to automatically mount removable media and access network drives.), Describing Redundant Array of Independent Disks (RAID), Configuring Solaris Volume Manager Software, Configuring Role-Based Access Control (RBAC), Configuring System Messaging, Using Name Services, Configuring Name Service Clients, Introduction to Zones, Administering packages with zones, Introduction to Lightweight Directory Access Protocol (LDAP), Configuring JumpStart Installation Using the Solaris 10, and Performing Live Upgrade using the Oracle Solaris 10 Operating System. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.219-27 Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act, FAR 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the System for Award Management(SAM). If not already registered, you should immediately register with SAM via the Internet at http://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotations should be submitted and shall contain the following information: Offerors must show: (1) RFQ Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Unit price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. North Dakota Wage Determination is applicable to this acquisition per WD 05-2407 (Rev.-12) dated 6/13/2012. PERIOD OF ACCEPTANCE OF OFFERS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Only one award will be made based on which offer is fully in compliance with the requirement and provides the best value to the government in terms of price. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via email at the address provided below. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System of Award Management database at www.SAM.gov and shall be considered for award. All quotes must be sent to A1C Joseph Bac at: Fax 701-747-4215; e-mail joseph.bac@us.af.mil; or mail directly to 319 Contracting Flight, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, 58205-6436. Quotes are required to be received no later than 4:00 PM CST, Monday 27 Aug 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2ATGH2180AC01/listing.html)
 
Place of Performance
Address: 69 RG, 701Eilson ST. Bldg. 542, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02848536-W 20120823/120822000255-95966a9daee2631765c8b6eda7b4afde (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.