Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

U -- SANS Technical/Vocational Training OnDemand or Virtual Live

Notice Date
8/14/2020 6:40:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N4345620RCC9009
 
Response Due
8/17/2020 5:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Kyle Quintal, Phone: 808-473-7625
 
E-Mail Address
kyle.quintal@navy.mil
(kyle.quintal@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found in FAR 13, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).� The RFQ number is N0060420Q4055. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS last update 06-05-2020. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541519 and the Small Business Standard is Other Computer Related Services 30.0 (millions of dollars). The proposed contract is a sole source non-set-aside and the Small Business Office concurs with this decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 SANS Technical/Vocational Training. Tailored training voucher, managed via the SANS Admin Tool, for up to 26 courses from all SANS Institute offerings, including: 15 x FOR508 (private or community) 2 x FOR610 RE Malware via OnDemand or Virtual Live 3 x SEC588 Cloud Pen-testing via OnDemand or Virtual Live 1 x SEC660 Advanced Pen Testing via OnDemand or Virtual Live 1 x SEC599 Defeating Advanced Adversaries � Purple Team via OnDemand or Virtual Live 1 x FOR498 Battlefield Forensics and Data Acquisition via OnDemand or Virtual Live 1 x FOR585 Smartphone Forensic Analysis via OnDemand or Virtual Live 2 x SEC575 Mobile Device Security and Ethical Hacking OnDemand or Virtual Live 26 x hard copy books Period of performance is 01 September 2020 through 30 September 2020. Delivery Location is Pearl Harbor Hawaii 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� The following FAR and DFARS provision and clauses are applicable to this procurement:� 52.203-11������� Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12������� Limitation on Payments to Influence Certain Federal Transactions 52.204-7��������� System for Award Management 52.204-13������� System for Award Management Maintenance 52.204-16������� Commercial and Government Entity Code Reporting 52.204-18������� Commercial and Government Entity Code Maintenance 52.204-24������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1��������� Instructions to Offerors�Commercial Items *Class Deviation 2018-O0018 52.212-3��������� and its ALT I, Offeror Representations and Certifications�Commercial Items 52.212-4��������� Contract Terms and Conditions�Commercial Items 52.212-5��������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items *Class Deviation 2018-O0021 52.222-19������� Child Labor�Cooperation with Authorities and Remedies * CD 2020-O0019 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors 52.252-5��������� Authorized Deviations in Provisions 52.252-6��������� Authorized Deviations in Clauses 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials 252.203-7005�� Representation Relating to Compensation of Former DoD Officials 252.204-7003�� Control of Government Personnel Work Product 252.204-7009�� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016�� Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225-7972�� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973�� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974�� ""Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)"" 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006�� Wide Area WorkFlow Payment Instructions 252.232-7010�� Levies on Contract Payments 252.237-7010�� Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009�� Representation of Use of Cloud Computing 252.239-7010�� Cloud Computing Services 252.239-7017�� Notice of Supply Chain Risk 252.239-7018�� Supply Chain Risk 252.243-7002�� Requests for Equitable Adjustment 252.244-7000�� Subcontracts for Commercial Items 252.247-7023�� Transportation of Supplies by Sea--Alternate II � Clause contained within FAR 52.212-5 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25������� Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6��������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10������� Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 �������� Notice of Total Small Business Set-Aside 52.219-28������� Post-Award Small Business Program Rerepresentation 52.222-3��������� Convict Labor 52.222-21������� Prohibition of Segregated Facilities 52.222-26������� Equal Opportunity 52.222-35������� Equal Opportunity for Veterans 52.222-36������� Equal Opportunity for Workers with Disabilities 52.222-37������� Employment Reports on Veterans 52.222-41������� Service Contract Labor Standards 52.222-42������� Statement of Equivalent Rates for Federal Hires 52.222-50������� Combating Trafficking in Persons 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33������� Payment by Electronic Funds Transfer�System for Award Management 52.233-3��������� Protest after Award 52.233-4��������� Applicable Law for Breach of Contract Claim 52.239-1��������� Privacy or Security Safeguards Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Attachment List: 1. 4.02.1 FAR 52.212-3 (Jun 2020) & Alt I 2. 4.02.2 Wage Determination No 2015-5689 Rev 12 When evaluation factors are used include: Procedures in FAR 13.106 are applicable to this procurement. While this is a sole source requirement, the final contract award will be based on meeting the requirements of the sole source justification as well as the ability to provide the exact training requirements listed in the CLIN during the stated period of performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Please return the FAR 52.212-3 ALT I with your quote. * This form contains the information that is in your SAM registration, please scroll to page 4 section (2). - If no update to your company�s information is needed, please type in �NA� All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78c9dce586364cd4bb19a6999e71b5ea/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05758480-F 20200816/200814230152 (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  © 1994-2020, Loren Data Corp.