Cyber Training Courses
The United States Property and Fiscal Office (USPFO) for Utah is seeking sources for Cyber Workforce Training Courses, Exams and Certifications. Contracting Office Address: Utah National Guard, USPFO-... The United States Property and Fiscal Office (USPFO) for Utah is seeking sources for Cyber Workforce Training Courses, Exams and Certifications. Contracting Office Address: Utah National Guard, USPFO-UT, Purchasing and Contracting Office, 12953 S Minuteman Drive Draper, Utah 84020. Introduction: This is a SOURCES SOUGHT notice to determine the availability and technical capability of small businesses (to include the following subsets, Small Disadvantaged Businesses (SDB), HubZONE, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Woman Owned Small Businesses) to provide the necessary training support, exams, and certification services required. The Contractor must provide fully accredited training IAW DoDD 8140 and DoDD 8570.01-M guidelines and will provide an industry standard certification attempt as part of the procured training where applicable. Disclaimer: This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to prepare for preparation of responses to this announcement. Any information submitted by respondents to this notice is considered voluntary. Required Capabilities: Interested vendors are requested to submit a maximum ten (10) page statement of their company's capabilities and expertise with respect to the following: 1) As it relates to training support, exam and certification; please describe your experience related to providing training support on any or all of the listed courses below. What delivery methods for the training are available? (Live Streaming, Self-Paced online, Resident, etc). 2) Indicate whether your company can provide training support on any or all of the listed courses below. 3) Any other relevant information that is not listed herein upon which the Government should consider in developing its minimum specifications and finalizing its market research. Required Courses: (1) CompTIA Security Plus (2) CompTIA Advanced Security Practitioner (CASP) (3) Certified Ethical Hacker (CEH) (4) Certified Information Systems Security Professional (CISSP) (5) Certified Cloud Security Professional (CCSP) (6) Certified Information Security Auditor (CISA) (7) Certified Information Security Manager (CISM) (8) Certified Risk Information Systems Control (CRISC) (9) Reverse Engineering Analyst (CREA) (10) Expert Reverse Engineering Analyst (CEREA) (11) Expert Penetration Tester (CEPT) (12) Risk Management Framework (RMF) (13) Project Management Professional (PMP) (14) Certified Cyber Threat Hunting Professional (CCTHP) (15) Certified Counter Intelligence Threat Analyst (CCTA) (16) Systems Security Certified Practitioner (SSCP) (17) Adv Digital Forensics, Incd Response, & Threat Hunting (GCFA) (18) Intrusion Detection In-Depth (GCIA) (19) Security Leadership Essentials for Managers (GSLC) (20) BICSI Technician Training (21) RedHat System Administration (RH124) (22) Interconnecting Cisco Networking Devices (ICND1) (23) Interconnecting Cisco Networking Devices (ICND2) Sources Sought: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611420 Computer Training, with the corresponding size standard of $11M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code identified. The current intent is to establish two or more Blanket Purchase Agreements (BPA's) against which future BPA calls would be issued to support future training and certification requirements. The current intent is to establish each firm-fixed price (FFP) multiple-award BPA for a base period of three (3) years. In addition, each BPA may contain up to two (2) single year option periods which may be exercised at the Government's sole discretion. The Government would only be obligated to the extent of authorized BPA calls actually made against the agreement. To assist the USPFO-UT P&C Office in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet the required training support for any of the courses listed herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that may be available to the Government for the procurement of the services required, to include any other Government Agency contract vehicles. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this notice should send responses via email NLT March 20, 2019 at 4:00 PM Eastern Standard Time (EST) to john.b.merlette.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed herein. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »