MODIFICATION
D -- ONLINE IT WEB-BASED TRAINING SUBSCRIPTION
- Notice Date
- 6/18/2020 1:39:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP20R0021
- Response Due
- 7/6/2020 11:00:00 AM
- Archive Date
- 07/21/2020
- Point of Contact
- William T. Brown, Phone: 8014324273
- E-Mail Address
-
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION:� W911YP20R0021 AGENCY/OFFICE:� Utah Army National Guard / USPFO PLACE OF PERFORMANCE:� Utah Army National Guard / G6 12953 S Minuteman Dr, Draper, UT 84020 SUBJECT:� On-Demand Online IT Training RESPONSE DUE DATE:� 12:00 PM MST 6 JUL 2020 CONTRACTING POC:� William (Billy) T. Brown III�� Email:� William.t.brown68.civ@mail.mil�� Phone:� 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE, WITH PRECENDENCE TO SMALL BUSINESSES FIRST*** The Utah National Guard is soliciting a requirement for �On-Demand Online IT Training� under combined synopsis/solicitation W911YP20R0021 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a TOTAL Small Business set-aside under NAICS code 541519 �Other Computer Related Services� which has a Small Business Size Standard of $27.5 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise of these type of online IT training by providing 3 past performance references. STATEMENT OF WORK � Introduction: The Utah Army National Guard (UTARNG) Cybersecurity workforce has a requirement for access to an on-demand Information technology training platform that users can access anytime, 24/7, and complete training at their self-pace. �The UTARNG is seeking a subscription-based access to a comprehensive online learning platform. �The UTARNG intends to make a base year contract with 4 annual options years for all services outlined in this Statement of Work (SOW). Scope of Work: This requirement will provide 35 user licenses for 12 months. The contract should include an option to increase or decrease user licenses annually when exercising the option year. A user license can be transferable to a new user in the case the current user is no longer working for the organization.� Period of Performance/Options: The period of performance will include a base year with four (4) annual renewal option years. PLEASE INCLUDE YOUR ANNUAL OPTIONS AS PART OF YOUR TOTAL CONTRACT AMOUNT CONSIDERATION. � Online Learning/Training Platform Requirements: Learning content should be updated regularly and stay-up-to date with latest technology & industry certifications. Online Learning Platform should provide on-demand �24/7� availability with 99% uptime. The platform should provide two factor (2FA) and/or multifactor authentication (MFA) industry standard authentication options. Be compatible with commonly used web browsers such as:� Internet Explorer, Chrome, Edge, & Firefox. Should provide typical help support to users for functionality, access, account issues, etc.. Provide �Learning Paths� or �Paths� Provide access to the platforms complete learning library without restrictions. Provide both industry vendor specific & vendor neutral certification paths. Have team and group administration options Usage reporting and data analytics for manager and users to measure proficiency Certification practice exams Mobile app for android and iOS platforms Offline viewing capabilities Custom playlists The platform should have thousands of hours of training content The platform must offer vendor specific training to include but not limited to: (ISC)� Adobe Apache AWS Cisco CiTRiX CompTia Google ISACA Linux Microsoft Nessus ORACLE paloalto networks PMI PowerShell Python splunk> Vmware Wireshark � � The platform must offer primarily video courses taught by industry experts and should include but not be limited to the areas of: Cyber Security Data Base Technology Database Administration DevOps Information Technology IT Customer Support IT Operation & Management Network Administration Software Development Systems Administration GENERAL � LIABILITY INSURANCE:� The contractor will maintain liability insurance, in a coverage amount acceptable to the Contracting Officer (KO), which is not less than the amount normally prevailing within the local community for online IT training. � COR ASSIGNMENT & NOMINATION:� The Contracting Officer shall appoint a Contracting Officer Representative (COR) for this service requirement.� The COR shall be appointed in writing, have all required COR training completed, and shall have applicable experience in managing service contracts within the G6.� � COORDINATION / QUALITY ASSURANCE ISSUES:� Contractor shall, upon request, consult with the COR or the KO by telephone to coordinate or resolve compliance, quality, logistical, or any other issues that might arise before, during, and after repair & maintenance services.� The Contractor shall notify the Contracting Officer (KO) in writing of any quality assurance issues and/or any changes to the contract. � QUALITY ASSURANCE SURVEILLANCE PLAN (QASP):� A Quality Assurance Surveillance Plan (QASP) listing the procedures or processes, shall be utilized to validate the terms and conditions are successfully met as discussed in the PWS. � SERVICE DELIVERY SUMMARY (SDS):� A Service Delivery Summary shall be completed by the COR for each quarter to document and determine the contractor is meeting the requirements as stated in the Statement of Work. � The PWS conveys the basic requirements, performance standards, and assessment measures that will apply to all online IT training.� Performance standards, when stated in the PWS, provide a general basis for measuring the performance of each requirement associated with the standard. � The Contractor shall perform in accordance with the requirements of this PWS and the requirements of each online IT training.� The service requirements are summarized into performance objectives.� The performance threshold briefly describes the minimum acceptable levels of service required for each requirement when applicable. � GOVERNMENT REMEDIES:� The Contracting Officer (KO) shall follow the requirements of FAR 52.246-4, Inspection of Services � Fixed Price (AUG 1996), for Contractor�s failure to correct non-conforming services.� In the event that services fail to conform to contract requirements and cannot be remedied by re-performance, the Government reserves the right to reduce the contract price to reflect the reduced value of the non-conforming services.� The Government will notify the Contractor of weaknesses or discrepancies as they become apparent.� The first notification will be to attempt to obtain re-performance, if possible.� Deficiencies that exceed the SDS acceptable levels will be issued on a Contract Discrepancy Report.� Unsatisfactory performance may result in a cure notice. � MANAGEMENT PERSONNEL:� The Contractor shall appoint one Contract Manager and a back-up manager, who will the Contractor�s authorized point of contact with the COR.� The appointment shall be in writing.� The Contract Manager shall have full authority to commit the Contractor on matters concerning the contract. � REIMBURSEMENT FOR TRAVEL EXPENSES:� All services will be performed online.� In-person training is NOT being requested.� No reimbursement shall be made for travel expenses.� All travel costs are the sole responsibility of the Contractor. � EVALUATION OF CONTRACTOR PERFORMANCE:� Reference FAR Clause 52.246-4, Inspection of Services � Fixed Price.� The Contractor�s performance will be evaluated quarterly and yearly by the COR.� For those tasks listed in the SDS, the Quality Assurance Evaluator (QAE) shall be the COR.� The COR will follow the methods of surveillance specified in the Government�s QASP.� Government personnel will record all surveillance observations and will upload in to PIEE.� When an observation indicates defective performance, the COR will require the Contract Manager or representative to initial the observation.� The initiating of the observation does not necessarily constitute concurrence with the observation, only acknowledgement that they have been made aware of the defective performance. � QUALITY CONTROL:� Reference contract clause 52.246-4, Inspection of Services � Fixed Price.� The Contractor shall develop, implement, and maintain a comprehensive quality control program that assures compliance with all requirements of the contract and associated contract modifications.� The Contractor shall maintain, enforce, and document a Quality Control Plan (QCP).� The QCP shall ensure that the Government receives the level of quality that is consistent with the requirements specified in the contract. � PAST PERFORMANCE:� The Contractor shall furnish past performance information on previous contracts performed for services relating to this requirement to reflect experience and knowledge of online IT training� If possible, the Contractor shall provide three (3) references on past performance relating to online IT training. � CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA):� The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Utah National Guard via a secure data collection site. �The contractor is required to completely fill in all required data fields using the following web addresses: �http://www.ecmra.mil or https://cmra.army.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 01 through September 30. �Data shall be reported not later than the first to occur of (1) submission of contractor�s final invoice following conclusion of the period of performance or (2) October 31 of each calendar year. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. CONTRACT TYPE / MULTI-OPTION YEARS / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price AND include muli-option years 1, 2, 3, & 4.� Award will include pricing for Base Year, Option Year 1, Option Year 2, Option Year 3, and Option Year 4. �Base year award and all options will be considered as a total at base contract award.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� For proposals to be technically acceptable, it must meet all the specifications outlined in the PWS and indication of past performance experience relating to online IT training.� Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance.� If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 6 JUL 2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS & CLAUSES:� The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference. �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 full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/68ed67bfbe3f4b6d84669f4582ccd01b/view)
- Place of Performance
- Address: Draper, UT 84020, USA
- Zip Code: 84020
- Country: USA
- Zip Code: 84020
- Record
- SN05695099-F 20200620/200618230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |