SOLICITATION NOTICE
U -- TRAINING, WEB APPLICATION PENETRATION TESTING
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611420
— Computer Training
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0CZ2160A001-1
- Archive Date
- 10/3/2012
- Point of Contact
- Settima M. Harton, Phone: 850-882-0339, John R Sidor, Capt, USAF, Phone: 850-882-0195
- E-Mail Address
-
settima.harton@eglin.af.mil, john.sidor@eglin.af.mil
(settima.harton@eglin.af.mil, john.sidor@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Operational Contracting Division, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, 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 separate, written solicitation will not be issued. This announcement is issued as Request for Quotation (RFP) # F1T0CZ2160A001. The North American Industry Classification System (NAICS) code for this acquisition is 611420, with small business size standard of $7M; please identify your business size in your response based upon this standard. This is a 100% Small Business Set-Aside. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items, with their offer. This requirement is for: CLIN 0001: TRAINING, WEB APPLICATION PENETRATION TESTING. This organization has a requirement for a Web Application Penetration Testing Training Course with the following technical specifications as a minimum: 1. Government to provide: a. On-site training location with space for 20-25 students b. Projector c. Projector screen d. Whiteboard e. High speed internet connection f. Student workstations g. All students hold current CISSP certification and have current experience with Penetration Testing, IT Security and the Software Development Life Cycle 2. Vendor to provide: a. 5 days of 8 hour per day on-site instruction of Web Application Penetration Testing training b. 4 days of 3 hour per day on-site Capture the Flag Lab exercises c. Set-up of on-site lab workstations in class-room d. Certified Web Application Penetration Tester (CWAPT) certification exam at conclusion of the training class e. Training on how to perform OWASP Top 10 Assessments f. All textbooks and handbooks to include: a. Web Application Penetration Testing Textbook b. Web Application Penetration Testing Lab Book c. Web Application Hackers Handbook g. Software suite toolkit h. Exam voucher/certificate i. Exam proctor j. Training should specifically target the following areas: a. Web Application (In)security b. Core Defense Mechanisms - OWASP Top 10 c. Web Application Technologies Relevant for Pen Testers d. Bypassing Client-Side Controls e. Authentication f. Session Management g. Access Controls h. Injecting Code i. Exploiting Path Traversal j. Attacking Web App Users - Reflected Attacks k. Exploiting Information Disclosure Vulnerabilities l. Attacking Compiled Applications m. Attacking & Assessing Application Architectures n. Source Code Auditing o. Reviewing the 83 Step Web Application Pen Tester Methodology 3. Additional information: a. Vendor will be accredited to provide this certification b. Training to be held during the 2012 calendar year. Exact dates to be determined within 10 days of contract award c. Vendor will complete the base access request package at least five days prior to travel dates d. Vendor will notify this organization two weeks prior to travel to allow time for room preparation The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-60 effective 26 Jul 2012. Provisions FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.212-1, Instructions to Offerors -- Commercial Items FAR 52.212-2, Evaluation -- Commercial Items Addendum: Lowest Price Technically Acceptable (LPTA) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.233-2, Service of Protest Incorporate by Reference FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-99, (DEVIATION) System for Award Management Registration (August 2012) FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, F.O.B Destination FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.225-7002, Qualifying Country Sources as Subcontractors Full Text FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012); incorporating the following: FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.222-3, Convict Labor FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-29, Terms for Financing of Purchases of Commercial Items FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of Clause). DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III DFARS252.209-7999, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) AFFARS 5352.201-9101, Ombudsman AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel AFFARS 5352.223-9001, Health and Safety on Government Installations H-850, SF 1449 Wide Area Work Flow LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-12-C- _ _ _ _ *Delivery Order: N/A *Issue Date: N/A *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0EB *Ship To Code/Ext: F1T0EB *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. Offerors must be registered in Central Contractor Registration (CCR) in order to be eligible for award. If your company is capable of providing this item, pricing and any product literature must be received NLT 12:00PM Central Time, 18 SEP 2012. If you have any questions please contact the Contract Specialist, Settima M Harton "Tina" (settima.harton@eglin.af.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CZ2160A001-1/listing.html)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02882512-W 20120915/120914002441-8ae7ad826d445634732b4acfc63740f8 (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 |