Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
MODIFICATION

U -- W81A9P10350105 Elastic Stack Course

Notice Date
5/18/2021 6:09:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP21R0014
 
Response Due
6/14/2021 8:00:00 AM
 
Archive Date
06/29/2021
 
Point of Contact
Otha B Henderson, Phone: 8014324093
 
E-Mail Address
otha.b.henderson.civ@mail.mil
(otha.b.henderson.civ@mail.mil)
 
Description
Introduction: The Utah Army National Guard is issuing a combined solicitation and synopsis for an Elastic Stack Network Security Monitoring Cyber Operator Functions course. This training is in support of the Utah Army National Guard Cyber Shield exercise and will be conducted 12 � 15 July 2021 at Camp Williams, UT� 84065. This requirement is solicited as full and open competition and must completely meet the attached Statement of Work (SOW). Please see the attached SOW for details If your firm is interested in this requirement, your company must be registered on www.sam.gov as a qualified business under the NAICS code 611430 �Professional & Management Development Training� (of very similar NAICS code) which has a Small Business Sized Standard of $12 million (https:// www.sba.gov/sites/defalut/files/files/Size_Standards_Table.pdf). An organization that is not registered on www.sam.gov under the applicable NAICS code (or very similar NAICS code) should not submit a response to this notice. Contract Type and Evaluation Criteria: The current intent is to award a firm-fixed price (FFP) commercial contract for the requisite training to be conducted during 12-15 July 2021. The award will be based on an all or none basis using best value evaluation criteria. Price and technical acceptability will be the primary evaluation factors; however, in evaluating technical acceptability, a firm that demonstrates the best match of capability to the SOW and who also demonstrates experience in providing the training will be evaluated more favorably than simply meeting technical requirements with the lowest price. Vendors submitting proposals must clearly articulate how they will meet the training requirements and not simply provide a positive affirmation that they will comply with the SOW. Proposals that do not clearly articulate how they will meet the training requirements of the attached SOW will be considered non-responsive. Submissions from small businesses are encouraged and will be evaluated more favorably against a large business providing a comparable proposal. The Utah Army National Guard intends to make an award without discussions, and the government reserves the right to award to other than lowest price. SAM Registration: All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWD/iRAPT, and be in good standing. All qualified responses will be considered by the government. Each proposal must include vendor�s CAGE code, DUNS number, federal tax number, and must include point of contract information. Prospective vendors may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your company not being considered. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to any award. SAM registration shall be a determining factor for award. Submission Instructions: All proposals are due to the United States Property and Fiscal Office for Utah Army National Guard Purchasing and Contracting Division no later than 0900 (MST), 14 June 2021. All submissions should be sent via email to otha.b.henderson.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to the above email with sufficient time to do any research needed to answer questions prior to the closing of this posting. Late questions will likely go unanswered and will not be justification to extend the due date of this solicitation. Provisions and Clauses: 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 Representation and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions � Commercial FAR 52.212-5 � Dec-Statues/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 52.219-8 � 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 Bad 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 � Applicale 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 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 � Request for Equitable Adjustment FAR 52.252-2 � Clauses Incorporated by Reference. This contract incorporates one of 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/165ee8600ecf4823935a36535d4710ee/view)
 
Place of Performance
Address: Bluffdale, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN06005060-F 20210520/210518230112 (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 |
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.