Washington Bids > Bid Detail

Tactical Cyber Force Protection Training

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159439401758810
Posted Date: Feb 13, 2023
Due Date: Feb 15, 2023
Solicitation No: W911YP23R0006
Source: https://sam.gov/opp/e93fdb7edc...
Follow
Tactical Cyber Force Protection Training
Active
Contract Opportunity
Notice ID
W911YP23R0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 13, 2023 03:41 pm MST
  • Original Published Date: Feb 03, 2023 11:13 am MST
  • Updated Date Offers Due: Feb 15, 2023 02:00 pm MST
  • Original Date Offers Due: Feb 13, 2023 11:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 02, 2023
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: U012 - EDUCATION/TRAINING- INFORMATION TECHNOLOGY/TELECOMMUNICATIONS TRAINING
  • NAICS Code:
    • 611420 - Computer Training
  • Place of Performance:
    Fort Bragg , WA 98321
    USA
Description View Changes

SOLICITATION: W911YP23R0006

AGENCY/OFFICE: Utah Army National Guard / USPFO

PLACE OF PERFORMANCE: 19th SFG,/ 455 N. River Ave, Buckley, WA 98321

SUBJECT: Tactical Cyber Force Protection Training

RESPONSE DUE DATE: 11:00 AM MST 13 FEB 2023

CONTRACTING POC: Timothy A. Papa Email: Timothy.a.papa.civ@army.mil

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A Service-Disabled Veteran-Owned Small Business (SDVOSB). ONLY QUOTES FROM REGISTERED SDVOSBs in SAM.GOV WILL BE ACCEPTED*****



This is a combined synopsis solicitation for the Utah Army National Guard for the requirement of Tactical Cyber Force Protection Training under solicitation number W911YP23R0006. This solicitation is for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).



This acquisition is being solicited as a SDVOSB SET-ASIDE under NAICS code 611420 - “Computer Training” which has a Small Business Size Standard of $16 Million (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Period of performance is 27 FEB – 3 MAR 2023. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.



STATEMENT OF WORK:



STATEMENT OF WORK for

Tactical Cyber Force Protection





Background: Utah Army National Guard further referenced as UTARNG requires subject matter expertise in the fields of Digital Force Protection (DFP), Signature Reduction (SIGREDUX), Wireless (IEEE 802.11) Reconnaissance, penetration testing, remote management of Commercial-off the-Shelf (COTS) devices, and scenario development. Additionally, this expertise must be coupled with experience in Special Operations in order to develop, train and evaluate Special Operations personnel on how best to implement these skill sets in a dynamic and rapidly evolving operational environment.



1.0 General Information:



1.2 Periods of Performance: This contract will occur one time and be conducted 27 February – 3 March 2023



1.2.1 There are no option years for this contract to be executed.



1.3 Place and Performance of Services: The contract shall ensure that all training occurs at 455 N. River Ave, Buckley, WA 98321 to prevent travel and increase costs to the Government. The training location will be secluded to prevent public observation or interruption to training.



1.4 Identification of Contractor Employees: All contractor personnel attending training and working in other situations where their contractor status is not obvious to UTARNG members are required to identify themselves as such to avoid creating an impression that they are Government employees. The contractor shall ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. The contractor’s status as a “contractor” shall be predominantly displayed in all correspondence types (to include signature blocks on e-mail) and dealings with Government or non-Government entities. Contractor personnel shall wear identification badges distinguishing themselves as such. The badges shall have the company name, employee name and the word “contractor” or “partner force” displayed.



1.5 Data Rights: The Government has unlimited rights to all documents/materials produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.



2.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S):



2.1 The Government will provide a classroom located at 455 N. River Ave, Buckley, WA 98321 with power and high-speed internet access available.



3.0 Contractor Furnished Property, Materials, and Enablers (CFP/M/E/E):



3.1 General: The contractor is responsible for utilizing the training facility provided by the Government at 455 N. River Ave.



3.2 Training Strategy: The contractor is responsible for providing customized training content consistent with the training and materials specific to Special Forces Operational Detachment requirements. Contractor will conduct customized training for up to 12 attendees, not exceeding five days. Training dates will occur 27 February 2023 through 3 March 2023.



3.3 Consultation: Consulting services by Contractor will be used to identify, add, or adjust training requirements identified by UTARNG. This critical process is ongoing and will continue for the duration of the agreement. Any additions to training must be within the existing Contractor scope of work. Additionally, the Contractor will provide consultation on equipment procurement, installation and/or configuration of Operating System(s), applications and any programs for the period of up to one year from the time the contract is awarded. Consultation deliverables will be limited to verbal engagements and written correspondence (i.e. email, text, and phone).



3.4. In-person Training: The Contractor will provide in-person training on various modules to ensure members of the UTARNG understand various digital threats and be able to safeguard personal and operational data at rest and in transit. Additionally, The Contractor’s training will give UTARNG members the ability to recognize indicators of compromised computers and/or networks. Furthermore, the Contractor will provide refresher/sustainment training scenarios to the UTARNG to conduct surveys of the digital environment, conduct digital reconnaissance and incorporate cyber-related tasks that coincide with Special Operations Forces (SOF) missions. The Contractor will provide training for up to 12 personnel on the following modules.



• Cyber Threat Assessment

• Cyber Refresher/Sustainment exercises

• Raspberry pi build and Linux Familiarization

• Open VPN & Wireguard implementation

• Knowledge of Virtual Machines

• Remote Wireless Network Operations



The Contractor will also provide the following items for classroom training:



• Student Workbooks

• Live scoring engine to track scores

• 2 ea Projectors and screens to facilitate/enhance training content

• Target networks to facilitate FMP CULEX



3.5 Equipment: The contractor will provide student training kits. Student training kits will be retained upon course completion by the Unit PBO as government property. If these items cannot be procured because of supply chain constraints, then the Contractor will provide a written plan to the KO with estimated shipping dates and tracking numbers. The table below provides a list of what is in a Student Training Kit.

12 x Raspberry pi 4 (4GB RAM) Kit 6 x Smart pi touch 2 R-pi case

6 x Pi Screens/7” touchscreen 6 x Keyboard/mouse combo kit

4 x Power Bank 40,000 mAh 4 x Travel Router (GL-inet Beryl)

2 x SSD Drive (1TB) 2 4 x Ethernet Cables (10ft) CAT6

12 x Panda PAU-09 Radio 2 x LTE Hat

12 x Sena BT Adapter 2 x Tupavco 2.4/5 Panel Antenna

2 x Proxicast WiFi Puck Antenna 2 x RP-SMA M to F 6'

2 x Antenna Adapter Kit 2 x Coaxial RF-Splitter

12 x Apias Security cable 1 x Proxmark3 RDV4 Kit

2 x RTL-SDR 2 x HackOne RF- SDR (Bare)

12 x MicroSD 32GB cards 12 x USB GPS antenna

2 x TP Link TL-MR3020 Mini Wifi Router 4 x Power Strip

4 x Vehicle Power Converter 50 x RFID Tags

50 x NFC Tags 2 x Development Laptop/table





3.6 Training Scenarios: This will include a one-day, Full-Mission Profile culmination exercise that will require members of the UTARNG to locate designated networks of interest and conduct network activities consistent with material they have been trained on during the week. Access to a Shoot house style training environment for Wireless reconnaissance and network penetration is required.



CONTRACT TYPE / EVALUATION CRITERIA:



This RFQ is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For quotes to be technically acceptable, it must meet all the specifications outlined in the SOW. 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.



SET-ASIDE / FAR REGULATION:



Any award resulting from this solicitation will be made using a Service-Disabled Veteran-Owned Small Business (SDVOSB) SET-ASIDE order of precedence as follows:



In accordance with FAR Subpart 19.1405 SDVOSB Set-Aside Procedures, awards under this solicitation will be made on a competitive basis to SDVOSB.



SAM REGISTRATION:



All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with 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/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.



Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 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.



QUOTE:



Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 11:00 AM MST 13 FEB 2023. All submissions should be sent via email to: timothy.a.papa.civ@army.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:

The following provisions are applicable to this solicitation and are incorporated by reference:



FAR 52.204-7 – System for Award Management

FAR 52.204-9 – Personal Identity Verification of Contractor Personnel

FAR 52.204-16 – Commercial and Government Entity Code Reporting

FAR 52.204-18 – Commercial and Government Entity Code Maintenance

FAR 52.204-19 – Incorporation by Reference of Representations and Certifications

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 – Prohibition on Contracting for 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 Debarment

FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services

FAR 52.212-3 – Alternate 1

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 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-26 – Equal Opportunity

FAR 52.222-36 – Equal Opportunity 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 52.223-5 -- Pollution Prevention and Right-to-know Information

FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-25 – Prohibition on Contracting with Entities Engaging 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-System for Award Management

FAR 52.232-39 – Unenforceability of Unauthorized Obligations

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 – Disputes

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.237-1 -- Site Visit

FAR 52.237-2 – Protection of Govt Buildings, Equipment, and Vegetation

FAR 52.243-1 – Changes-Fixed Price

FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)

FAR 52.252-1 – Solicitation Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors

DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law

DFAS 252.223-7006 – Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.232-7017 -- Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.244-7000 – Subcontracts for Commercial Items



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


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >