Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2016 FBO #5209
SOLICITATION NOTICE

U -- Electronic Security & Signature Reduction - Phase 1

Notice Date
2/25/2016
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Explosive Ordnance Disposal Technology Division, 2008 Stump Neck Rd, Indian Head, Maryland, 20640-5070, United States
 
ZIP Code
20640-5070
 
Solicitation Number
N00174-16-Q-0012
 
Archive Date
3/25/2016
 
Point of Contact
Amy C. Anderson, Phone: 3017446883
 
E-Mail Address
amy.c.anderson2@navy.mil
(amy.c.anderson2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO SOLE SOURCE: Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) intends to award a firm fixed price sole source procurement with Raytheon Blackbird Technologies, Inc. 13900 Lincoln Park Drive, Suite 400 Herndon, VA 20171 to provide: CLIN 0001 - ESSR Phase 1 Training - "Electronic Security and Signature Reduction - Phase 1 Statement of Work - SOW 1. SUMMARY: This Statement of Work (SOW) defines a training event to be presented to Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) Technical Support Detachment (TSD) personnel for the purpose of training them with Electronic Security and Signature Reduction Phase I [ESSR-I]. These techniques will be used by all personnel for electronic signature reduction in support of protecting sensitive data, reduce the threat of electronic profiling, and use the driving problem of secure and anonymous communications in support of tactical and operational requirements. 2. BACKGROUND: NSWC IHEODTD requires for their Pre-Deployment training an Electronic Security and Signature Reduction Phase I [ESSR-I] 5 day, 40-hour intensive techniques course to prepare Warfighters for electronic signature reduction. This course shall provide classroom instruction and practical exercises. The ESSR program is based on the tenet that the primary safety mechanism of a computer or mobile device is the user. The program explores the principles governing data storage, processing, and transmission in order to construct good paradigms for how the digital world operates. The end state is the ability for an individual to conduct rational risk analysis in an electronic environment. 3. SCOPE OF WORK: The Contractor shall provide course curriculum and instruction for 10 students for an Electronic Security and Signature Reduction Phase I [ESSR-I] course. The training course shall be focused on curriculum, operational training and practical exercises to better prepare anyone who requires this type of training to adapt tactics and techniques in support of Theater Operations. The Contractor is required to provide all necessary equipment, materials, and training site to support this course of instruction. The Government will provide all necessary transportation for the students to and from training locations. 4. REQUIREMENTS: The training curriculum shall be designed to support a one week (5 day week) course of instruction with a minimum of 8 hours and maximum of 10 hours of instruction per training day within a 20 mile radius of Indian Head, MD for 10 students. Training must be conducted during 21-25 March 2016 timeframe for certification requirements. The Contractor must provide both classroom and practical training at the contractor provided training site that provides a focus in the following areas: Understanding and mitigating risks to stored data Understanding and mitigating risks to transmitted data Understanding and controlling one's electronic profile This course shall allow participants the opportunity to use both skill sets to enhance their productivity in a tactical environment. The Contractor shall provide course instruction to address the following: Physical Device/Principles and Vulnerabilities of Locally Stored Data Communications/Principles and Vulnerabilities of Local Area Networks, Wireless Access Points, and the Internet Signature Management and Digital Operating Techniques Part I and Part II (User Programs and User Interface) Motion Drive, Review, Wrap-up, and Class-Specific Topics provided in training sessions. The Contractor shall provide practical drills to exercise procedures and techniques. Each participant shall have the opportunity to exercise techniques and procedures taught in the course. Contractor will provide all equipment necessary for exercises to the students. Equipment includes: 16GB Encrypted Media Device with Software Tools and Motion Drive Lite, 2 GB Encrypted Media Device, USB Universal Card Reader, USB Wireless Network Card, SA TA/IDE to USB Adapter, USB GPS Puck, and Tool Bag. The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract Electronic Security and Signature Reduction Phase I [ESSR-I] Training via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil." 4.1 EVALUATIONS AND CERTIFICATIONS: The Contractor shall provide course evaluation forms that allow participants to comment on the primary blocks of instruction and make recommendations for improvement. The Contractor shall provide a summary of the information contained on the individual evaluation forms. The Contractor shall deliver participant certificates upon completion of the course that state at a minimum the name and rank of each participant, hours of instruction, and course title. Class on 21-25 March 2016. 5. PERFORMANCE PERIOD: The period of performance requested is 21-25 March 2016. 6. GOVERNMENT FURNISHED MATERIAL: No Government Furnished materials are required for this effort. 7. USE OF GOVERNMENT FACILITY: No Government Facility can be used for this training effort. 8. SECURITY: The Contractor will ensure that all instructors have the appropriate security clearance and are subject matter experts with vast experience in Electronic Security and Signature Reduction. The associated North American Industry Classification System (NAICS) code is 611430, Professional and Management Development Training, which has an annual size standard of $11,000,000. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. The circumstances permitting Other Than Full and Open Competition are Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy Agency requirements." The intent of this synopsis is to determine if any sources exist, and therefore, no Request for Quote (RFQ) is available. This notice of intent is not a request for competitive quotes; however, all information received by 10 March 2016 by 1000 AM EST will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon the responses received from this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N00174-16-Q-0012/listing.html)
 
Record
SN04031800-W 20160227/160225235509-e91a132d994b6027d05940e7a29c149c (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.