Georgia Bids > Bid Detail

170A WOAC ADVANCED TECHNICAL BLOCK RESOURCES

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159074297311837
Posted Date: Jan 31, 2023
Due Date: Feb 6, 2023
Solicitation No: GORDON11881893
Source: https://sam.gov/opp/edb02257c6...
Follow
170A WOAC ADVANCED TECHNICAL BLOCK RESOURCES
Active
Contract Opportunity
Notice ID
GORDON11881893
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT GORDON
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 31, 2023 07:32 am EST
  • Original Response Date: Feb 06, 2023 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6940 - COMMUNICATION TRAINING DEVICES
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Fort Gordon , GA 30905
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES



INTRODUCTION



The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for 170A WOAC Advanced Technical Block. Seven (7) modules: Web Applications; Industrial Control Systems/Supervisory Control and Data Acquisition (ICS/SCADA); Advanced Windows Scripting (Powershell); Advanced Unix Scripting 9Python); Advanced Digital Forensics; Advanced Protocol Analysis and; Advanced Hacking Methodologies. Two (2) iterations per module. The intention is to procure these services on a competitive basis.



Site visit is not required.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE: Ft. Gordon, Georgia



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. 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 PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



The USA Cyber School (USACyS) requests advanced cyber technical industry training seven (7) modules, two (2) iterations per module.



REQUIRED CAPABILITIES



The Contractor shall provide services in support of the areas specified in Program Background (above). Further detail is provided in the Salient Characteristics PDF attached to this announcement (Attachment 1).



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; and 4) provide services under a performance based service acquisition contract.



SPECIAL REQUIREMENTS:



These are the unique salient characteristics for WOAC Technical Block Resources CURRICULUM ONLY: Each iteration is for up to a minimum of 20 students.




  • Web Applications

  • Industrial Control Systems / Supervisory Control And Data Acquisition (ICS/SCADA)

  • Advanced Windows Scripting (Powershell)

  • Advanced Unix Scripting (Python)

  • Advanced Digital Forensics

  • Advanced Protocol Analysis

  • The module Advanced Hacking Methodologies will be student self-paced over four weeks, online instruction only.



Please see attachment 1 Salient Characteristics for further details.



ELIGIBILITY



The applicable NAICS code for this requirement is 611430 with a Small Business Size Standard of $15,000,000. The Product Service Code is 6940. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



A Salient Characteristics PDF is attached for review. (Attachment 1)



Interested parties are requested to submit a capabilities statement of no more than three (3) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10 am, EST, 10 February 2023. All responses under this Sources Sought Notice must be e-mailed to tia.j.askew.civ@army.mil; Sherrilyn.u.rice.civ@army.mil.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) What specific technical skills does your company possess which ensure capability to perform the tasks?



4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.



5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.



6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.



The estimated period of performance consists of the base year with performance commencing in August 2023. Specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be firm- fixed price.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Tia Askew and Contracting Officer, Sherrilyn Rice, in Portable Document Format (PDF), via email to tia.j.askew.civ@army.mil and Sherrilyn.u.rice.civ@army.mil.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT GORDON , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 31, 2023 07:32 am ESTSources Sought (Original)

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 >