SOLICITATION NOTICE
U -- Risk Management Framework (RMF) for DoD Security Controls Assessors Course - DFARS Clause
- Notice Date
- 3/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611420
— Computer Training
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- FA4814-16-T-F007
- Archive Date
- 4/5/2016
- Point of Contact
- Janet C. Cubas, Phone: 8138283952, Alyson Gowin, Phone: 813-828-1872
- E-Mail Address
-
janet.cubas@us.af.mil, alyson.gowin@us.af.mil
(janet.cubas@us.af.mil, alyson.gowin@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7991 Representation by Corporations Regarding anUnpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2016Appropriations. This is a combined synopsis/solicitation for a commercial supply and/or 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. This is a Request for Quote (RFQ) and the solicitation number is FA4814-16-T-F007. This acquisition is a 100% small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: A course to address Security Control Assessors (SCA) roles and responsibilities based on methods used to validate Department of Defense (DoD) and Intelligence Community (IC) Cybersecurity Controls as identified in NIST 800-53, Rev. 4 and CNSSI 1253. The course needs to provide an overview of the Risk Management Framework (RMF) for SCAs in the DoD and IC. The training must cover the DoD and IC defined information technology types and the associated security controls, vulnerability scanning, and DoD-approved automated scanning tools. The course must incorporate the DISA and DIA approved capabilities, IC, and industry standards for vulnerability assessment to include reporting capabilities to higher echelons such as Continuous Monitoring and Risk Scoring (CMRS) system. The course must provide an in-depth explanation of each control family identified in NIST 800-53, rev 4 and CNSSI 1253 to include the appropriate testing methods, associated supporting body of evidence, and how to efficiently and effectively test and validate DoD systems and infrastructure. SCAs should have the ability to perform assessment validation via manual and automated procedures once training is complete. Must incorporate hands on learning sessions with applicable tools for the SCA in accordance with standards defined by DoD, IC, and NIST policies. Training must provide samples of SCA reports needed to document security assessments performed. Applicable company must have experienced subject matter expertise that is familiar with the requirements to transition from DoD Information Assurance Certification and Accreditation Process (DIACAP) to RMF for DoD IT communities and existing requirements for the IC Information Technology (IT) community. Three classes are required, supporting an estimated 10-15 students per class. Final class size will be determined one week (7 days) prior to class start date. Students will be required to travel to either one of these locations to receive training. The expected dates and desired locations for each class are as follows: CLIN 0001: May 2016, East Coast--Fort Bragg, NC or Camp Lejeune, NC CLIN 0002: July 2016, Tampa, FL--MacDill AFB CLIN 0003: September 2016 - West Coast--Coronado Amphibious Base, CA Specific dates will be coordinated with the contractor and technical POC upon contract award. Please note all classes need to be completed by 30 Sep 16. Please complete the attached DFARS clause and return it with your quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 effective 26 February 2016, DFARS DPN 20151230, and AFFARS AFAC 2015-1001. The North American Industry Classification System code (NAICS) is 611420, Computer Training. The Product Service Code is U014, Education/Training - Security. A firm fixed price contract will be awarded. All interested parties must bid on all items. Award will be made to the lowest priced quotation that meets ALL requirements listed above. The Government also reserves the right to make no award at all. All quotes must explain how the course being offered meets ALL requirements stated above. DELIVERY ADDRESS: Desired training locations are listed in the CLINs above. If you are proposing alternate locations, that must be explicitly stated in your proposal. All exact locations must be indicated. Training is procured on behalf of United States Special Operations Command, 7701 Tampa Point Blvd, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting) FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions FAR 52.219-1, Small Business Program Representations FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders- Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Alt 1, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment By Electronic Funds Transfer-System for Award Management FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-204-7004 Alt A, System for Award Management, Alternate A DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002. Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of contract modifications DFARS 252.247-7023, Notification of Transportation of Supplies by Sea The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations The following Air Force Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated by reference: AFFARS 5352.223-9001, Health and Safety on Government Installations The following Air Force Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated in full text: 5352.201-9101 Ombudsman (April 2015) (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, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Monday, 21 March at 12:00 p.m. (noon) DST. Submit offers or questions to the attention of Janet Cubas, by email to janet.cubas@us.af.mil -AND- Alyson Gowin at alyson.gowin@us.af.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-16-T-F007/listing.html)
- Place of Performance
- Address: Desired training locations are listed in the CLINs. Training is procured on behalf of United States Special Operations Command, 7701 Tampa Pointe Blvd, MacDill AFB FL 33621., United States
- Record
- SN04039645-W 20160305/160304000628-d5013b3da56aa23b40a0bf72feca01fc (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 |