Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

U -- Tactical Local Area Network (TACLAN) Commercial Communications Equipment Training

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
611420 — Computer Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0060
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Point of Contact
Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
portere@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Tactical Local Area Network (TACLAN) Commercial Communications Equipment Training. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-04-T-0060. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611420. Size Standard is $6M or less in revenue per year for the preceding three years. This requirement is 100% set aside for Service Disabled Veteran Owned Small Business. REQUIREMENT: 1. SCOPE: The contractor shall provide comprehensive Tactical Local Area Network (TACLAN) commercial communications equipment training for soldiers to functionally operate the TACLAN equipment. The contractor shall instruct the various courses to facilitate an effective learning environment using the appropriate adult learning methodologies lectures and hands on exercises. The Government anticipates the training will be conducted in four week classes during the performance period of the resulting contract. The performance period is 27 September 2004-26 September 2005. 2. TASKS: A. Course Description: The Contractor shall provide all labor, equipment, materials and transportation necessary unless otherwise specified in the statement of work for Tactical Local Area Network (TACLAN) Commercial Communications Equipment Training. The training shall cover, but not limited to, Network Systems Administration, Server Hardware Administration; Microsoft Exchange Server Training; Cisco Switch and Router Administration; Cisco PIX Firewall, and IA Training. Contractor personnel shall be familiar with all initial presentation and remediation procedures, training aids, devices and equipment associated with the training. The CISCO router/PIX firewall instructor shall have at a minimal CCNP certification. The System Administration/Server instructor shall have at a minimum MCSE certification. The Promina or other telecommunications equipment instructors shall be school certified. The Contractor shall provide all training materials used in the course, including instructor lesson plans, student handouts, references, charts, manuals, tests, audiovisual aids, and training equipment unless otherwise provided by the government. The contractor shall provide a student guide/manual to each student for his or her retention that follows the outline of the course. The student guide/manual shall include a syllabus as well as copies of the graphics shown in the class with note-taking space. Other material included in the manual is up to the discretion of the contractor but must be supportive of the learning objectives. The contractor shall provide and maintain all training equipment that will be utilized in the TACLAN training. The equipment shall include, but not limited to, the following: Dell 1650/1750 1U Rack mounted servers Cisco 3550 Ether Switches Cisco 3620 Routers with WIC sync interfaces Cisco 525 Firewalls Laptop with a Pentium 4 processor, 1 GB ram, that will run various MS Server software HP4200 Printer or similar make and model Students attending the training will have a working knowledge of Server Hardware and Software Concepts, Windows NT 4.0 Server NOS, Basic Networking Services and TCP/IP, Windows 2000 Administrator Tools, Microsoft Exchange 5.5 and Email Messaging Concepts, Cisco Routers and Switches, Cisco PIX Firewall Concepts, and Network Troubleshooting Tools and Techniques. COURSE OBJECTIVES: Students shall receive training on TACLAN equipment specifications and applications. Training shall include basic Networking and Microsoft application employment to include, but not limited to, the following: 1. Dell Power Edge 1650/1750 operations and capabilities to include hands-on labs, which include Dell Open Manage (purpose: control the organization servers and workstations), Dell PowerEdge Raid mounted and dismounted configurations. 2. Basic Networking shall include the Introduction to the OSI Model, Understanding standard network topologies, Examining Network Interface Cards (NICs), Examining Network Operating systems, Data Link Layer demonstrate understanding of NIC's and MAC Addresses, TCP/IP Fundamentals, IP Addressing, Subnetting, and Supernetting demonstrate understanding of TCP/IP suite of protocols, Accessing and Using a TCP/IP Network, Remote Access Protocols and how to install, Dial-up Networking, all of these disciplines are required hands-on practice within lab environment using TACLAN associated equipment. 3. Preparing for Network Installation using TACLAN equipment within mobile/transit cases. This will include cables, patch panels and other hardware required in putting the system into operations. Training will be hands-on practice Lab that the student will create drops, wiring closets and create cables. 4. Preparing the network for security accreditation, sustainment operations. Students will prepare network documentation. This will be a Hands-on Practice Lab: document a network 5. Students shall understand and operate Windows 2000 Professional environment and understand and operate Server Systems Administration. This will include: Procedures to install and configure Microsoft Windows 2000 Professional, Procedures to install and configure Microsoft Windows 2000 Server and Advanced Servers. This task will be Hands-on Practice Lab, which will install Windows 2000 Professional and Server. 6. Students shall manage data storage by documenting a network, Manage resources with Microsoft Management Console (employ and use the MMC), Understanding system logs, Active Directory (AD) services and concepts, Administer Windows 2000 Network Infrastructure (students Design and install Forests and Domain Controllers), Set up and manage user accounts, Set up and manage groups (Create Global Groups), Using group policies and local security policies, Configure the DHCP Server service (Install and setup DHCP Servers), Configure the DNS Server service, Configure a Windows 2000 Server to use WINS (Install and setup WINS), Configure network security protocols, Employing NTFS, Configure network security by using Public Key Infrastructure (PKI) (Install a PKI Key), Configure network security by using Internet Protocol Security (IPSec), Configure remote access to a network (Install RAS), Support remote access to a network, Extend remote access capabilities by using Internet Authentication Service (IAS) (Install IAS/RADIUS). Request all task be performed within Lab environment (Hands-on). 7. Students shall Configure Windows 2000 as a network router, Configure Internet access for a network (Design access to the internet), Configure a Web server, Manage a Windows 2000 network Web Server. Request all task be performed within Lab environment (Hands-on). 8. Students shall identify and resolve network connectivity problems by using Windows 2000 troubleshooting tools and utilities, Secure a Windows 2000 Server or Windows 2000 Professional computer (Secure servers). All tasks are performed within Lab environment (Hands-on). 9. Familiarization with public key infrastructure: Familiarization with of public key technologies including smart card technologies and encrypting file systems (Create a certificate server), Familiarization with IP Security. All task be performed within Lab environment (hands-on) 10. Implementing Disaster Protection and Recovery. Prepare contingency plans within lab environment. 11. Introduce Students to management of networks administration requirement which include, Configure Exchange Server (Hands-on Lab: Installing the Exchange Server Administrator), Develop an infrastructure for Exchange Server, client installation and integration plan (Hands-on Lab: Installing the Exchange Server Client program, Develop long-term administration plan, Develop security strategies. All tasks are performed within Lab environment (hands-on). 12. Introduce Students to mail handling and user management which includes: Configure message recipients (Creating recipients; Directory import and export; Creating Address; Book), Import directory data from other mail systems (Importing Vmail, Novell and Lotus Mail Clients), Install and configure Exchange Server clients (Installing Outlook 2000), Configure address lists and accounts by using the Administrator program, Configure message tracking, Configure server location, Configure security (Deployment Server-wide security policies), Manage site security (Enforcing security policies), Manage users, Manage distribution lists, Manage the directory, Manage public and private information stores, Back up and restore Exchange Server, Configure a link monitor and server monitor 13. Students shall receive Cisco Routers and Routing Principles/concepts, Install and connect correct DTE/Crossover cables and examine router elements, Manage configuration files from the privilege EXEC mode, Control router passwords, identification, and banner, Identify the main Cisco IOS software commands for router startup, Log in to a router in both user and privilege modes, Check an initial configuration using the setup command, Use the context-sensitive help facility, Use the command history and editing features, List the commands to load Cisco IOS software from: Flash memory, a TFTP server, or ROM, Prepare to backup, upgrade, and load a backup Cisco IOS software image, List problems that each routing type encounters when dealing with topology changes, and describe the techniques to reduce the number of these problems, Prepare the initial configuration of your router and enable IP. 14. Students shall understand Cisco Switches and Switching Principles which includes: outlining the 6500 Catalyst Hardware Components and services, Layer 3 switching and serves, Configure Quality of Service, Address Learning, Forward/Filter Decisions, Loop Avoidance, Cut-through LAN switching, Store-and-forward LAN switching, Operation of the Spanning Tree Protocol. All requirements will be conducted within Lab environment (hands-on) 15. Students shall understand Network troubleshooting and Use of Network Management Tools which will include: Discovery of network management problems, Cisco router troubleshooting to includes PIX and firewall management. All requirements will be conducted within Lab environment (hands-on) 16. All students will receive an overview of Information Assurance requirements that will include: IA introductions, Army, DOD roles, policies governing Information Assurance. 3. CONTROL PROCEDURES: Contractor will ensure student data records, attendance roster and student critiques are completed by all students. The contractor shall provide full class rosters, citing daily attendance, with reasons for late arrivals, and absences. Social Security numbers for the students shall not be reported. The contractor shall provide course completion certificates. These certificates shall be filled out by the contractor at the end of each course and distributed to students who have successfully completed the course In all instances of disciplinary matters between contract employees and government personnel, the contractor shall prepare a written report to the Contracting Officer Representative (COR) that includes a summary of the events. Contractor will refer to the government any student who either fails or does not complete the course for other than academic reasons. The government will retain authority to determine disposition of any such students. Any student missing more than 20 percent of a class will be dropped from the course and not receive a completion certificate. The contractor should contact the COR immediately to discuss the student situation. The government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 4. SCHEDULE. The Government anticipates the training will be conducted during four week classes. The performance period is 27 September 2004-26 September 2005. Class dates will be coordinated between the contractor and the COR. Prior to each class, the government will indicate to the contractor, the number of students attending class. The actual attendance figures shall be verified through signed class rosters of students at the training. Classes will begin IAW local duty hours each day with two breaks and an hour for lunch. Classes will be scheduled from Monday thru Saturday 8:00 AM-5:00 PM or will be held in accordance with mission needs. Occasional non-standard training days may be required by emergencies, weather, or as operational commitments may arise; therefore, in these cases, as much prior notification as possible will be provided to the contractor. In addition, the occurrence of any variations in the typical training day shall be noted in the contractor?s comments/observations report submitted to the COR at the end of the course. Courses shall be designed for whole days and shall not vary substantially form this format, e.g., ending after a half-day on the last day, two-hour lunches or ending class two hours early on days in the middle of the week. Extending a class past the normal completion time can only be done with students? concurrence since many students may have off-hour commitments. DELIVERABLES: QUANTITY CLIN 0001 TACLAN Commercial Communications Equipment Training 30 training slots (students) For multiple classes scheduled throughout the performance period. PRICE. Price proposal shall include unit price per student and total price of proposal. Price proposal shall include travel for contractors. LOCATION OF TRAINING: Training shall be conducted at a contractor-provided training facility, no more than twenty five miles from Fort Bragg, North Carolina. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors, in descending order of importance, will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required course objectives, (2) Resumes of proposed instructors, and (3) ability to meet the minimum certification required in the solicitation. Contractor shall submit a detailed Program of Instruction (POI) defining how they will accomplish the training. At a minimum include a description of the Terminal Learning Objectives, Method of instruction, and Course schedule. The submitting bidder shall demonstrate recent experience in the requested training. Provide a minimum of three references to include name, address and phone number of contracts performed recently of a similar size and scope. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov End of Clause 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses being applicable to the solicitation: 52.203-6, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 and 52.222-42, Instructor, Series 29160, Grade GS9/1, $19.38 per hour; 52.204-0007, Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. Additionally, DFARS 252.212-7001 (Deviation) and 252.204-7004 Alternate A. Wage Determination No. 1994-2393 Revision 27 is applicable to this solicitation and the subsequent Purchase Order. This determination may be located at the following website www.wdol.gov. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 20 September 2004. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at portere@soc.mil. It is the contractor?s responsibility to ensure that proposals are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2)Program of Instruction (POI),(3) Resumes of proposed instructors, (4)Past Performance information (5) completed Representations and Certifications, and (6) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 17 September 2004. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil.
 
Place of Performance
Address: 25 miles within Fort Bragg, NC
Country: US
 
Record
SN00670391-W 20040912/040910213103 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.