SOLICITATION NOTICE
U -- Security Awareness Training
- Notice Date
- 8/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W74V8H-06-P-0432
- Response Due
- 9/5/2006
- Archive Date
- 11/4/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Numbered Note 1. The Contracting Center of Excellence (CCE) on behalf of the US Army Information Technology Agency (ITA), has a requirement to provide professional, accurate, and timely unclassified security awareness training briefings to Pentagon personnel. This is a Request for Quote (RFQ). The period of performance for this effort will be for 1-year. The North American Industry Classification System (NAICS) Code is 541519. This will be a 100 percent small business set-aside. 1.1 Description of Services: The contractor shall provide all personnel, supervision, and other items and services necessary to perform the NSS-P Tasks in support of Security Awareness as defined in this Performance Work Statement (PWS) except as specified in section C-3 a s government furnished property and services at Network Security Services-Pentagon (NSS-P). The contractor shall perform to the standards in this contract. 1.1.1 Background: The background of this contract is to deliver professional, accurate, and timely unclassified security awareness training briefings to Pentagon personnel. 1.1.2 Objective: The objective of the security awareness training services are to establish, manage, and conduct the training. 1.1.3. Scope. The primary purpose of the performance requirements in this PWS is to clarify proper rules of conduct for the use of agency IT systems and information. Security awareness efforts are intended to change behavior or reinforce good security pr actices. The purpose of awareness presentations is simply to focus attention on security. Awareness presentations are intended to allow individuals to recognize IT security concerns and respond accordingly. Awareness relies on reaching broad audiences with attractive packaging techniques. The audience is intended for users, managers, and Security Professionals. 1.2 PERSONNEL: 1.2.1 The contractor shall perform coordination and liaison duties relative to the objectives of this contract, as required by the designated government representative. The contractor is prohibited from marketing his company, their products or services. 1.2.1.2. Contract manager must have the ability to provide effective supervision of subordinates, ensure that work is completed properly on time. 1.2.1.3. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company name and employee na me. 1.2.1.4. The contract manager and alternate(s) shall be able to read, write, speak, and understand English. 1.2.3. Personnel Qualifications. 1.2.3.1 Ensure that all personnel performing under this contract have the greatest effect on quality and possess the appropriate skills, education, training, and experience necessary to successfully perform the requirements of this contract. 1.2.3.2 All personnel shall be employed by and chosen from the Contractors company. 1.2.4. Security: (DD254 Requirements) 1.2.4.1 The security requirements for the performance of this contract are in accordance with the Contract Security Classification Specification (DD Form 254) and the security references identified in this PWS. All personnel (including subcontractors and consultants) proposed for performance under this contract shall possess the appropriate level clearance at the start of performance. The contractor shall ensure that all personnel proposed for performance of this contract are in full understanding and com pliance with the security requirements of this contract. 1.2.4.2 Personnel briefing, handling or having access to classified information under this contract shall be United States citizens and possess a SECRET clearance. Contractor personnel must be capable of obtaining the requisite security investigation req uired for non-escorted access to the Pentagon building. 1.2.4.3 Contractor personnel must have app ropriate clearance to access North Atlantic Treaty Organization information (NATO) in order to perform on this contract. 1.3. PHYSICAL SECURITY REQUIREMENTS: The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.4 QUALITY ASSURANCE (QA): The government shall evaluate the contractors performance under this contract pursuing the method of surveillance specified in Tasks and Deliverables. The government will record all surveillance observations. When observation indicates defective performance, the Quality Assurance Evaluator (QAE) will request the contractors representative to initial the observation. 1.4.1 Government Remedies. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 1999) for contractors failure to perform satisfactory services or failure to correct non-conforming services. 1.5. PROJECT DURATION AND PERIOD OF PERFORMANCE. The projection duration will be for one (1) Base Year. The Period of Performance reads as follows: Base Year 30 September 2006 to 29 September 2007. 1.5.2 RECOGNIZED HOLIDAYS: The contractor shall not provide service on the following Federal Holidays; New Years Day Labor Day Martin Luther King Jr.s Birthday Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6 DELIVERABLES. The contractor shall meet professional standards, and meet the requirements set forth in this PWS. The Contractor shall be responsible for delivering all end items specified. The following items are deliverables, which fall within th e scope of this task, and which are illustrative of the type of work the Government expects to order. Deliverable Frequency POC The Contractor shall provide a custom presentation consisting of 20-50 slides describing the given security technology topic and how other large enterprises are addressing issues associated with that topic. Once a month. Pentagon Personnel Verbal delivery of the presentation on-site Once a month Pentagton Personnel The Contractor shall provide professionally bound copies of the custom presentation for handout to the audience. Once a month Pentagon Personnel Discussion of the issue in interactive dialogue while on-site during the half day meeting. Once a month Pentagon Personnel Follow-up report, consisting of ten twenty pages, summarizing the results of the meeting and any specific recommendations for USAITA, NSS-P. 5 days following the presentation COR and CO 1.7 NOTIFICATION OF INVOICING: The contractor shall notify the Client Representative and the Contracting Officer Representative (COR), in writing, when the Contractor has invoiced upon completion of each session. The period of performance should also i nclude that time spent in preparation for the seminar. 1.8 REQUIRED EXPERTISE: Contractor shall provide personnel with expertise in Information Technology (IT) skills in security issues associated with VPN, IPS, and IDS tools, Information Technology Security, Security Policy and Plan Development, Threat/Risk Analysis and Vulnerability Assessment, INFOSEC Assessment, Security Architecture Evaluation and Development, Personnel Security, Communications Security, Physical Security, Security Awareness and Training; Continuity of Operations and Disaster Recovery, a nd Certification and Accreditation. Have the professional training, knowledge, and skills to effectively complete the work. 1.9 HOURS OF OPERATION: The contractor is responsible for conducting NSS-P Security Awareness training between the hours of 0800-1500 Monday thru Friday for three consecutive hours once a quarter. 1.10 POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS: 1.10.1 The Contractor agrees to attend any post award conference convened by the Contract ing Activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. 1.10.2 The COR and/or Contract Monitor (CM), as appropriate, will meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contracto r's performance and the contractor will apprise the Government of problems, if any, being experienced. The contractor will also notify the contracting officer (in writing) of any work being performed, if any, that the contractor considers over and above t he requirements of the contract. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be held more frequently during the first month of the contract period and as needed, but not less than, quarterly thereafter. The minu tes of these meetings will be reduced to writing, signed by the contracting officer and any other signatures as deemed appropriate, and distributed to the contractor. Should the contractor not concur with the minutes, the contractor will set out in writin g to the contracting officer any areas of non-concurrence. These meetings shall be at no additional cost to the government. 1.11 Government Point of Contacts (POCs) for this effort Contracting Officer Representatvie: To be completed upon award GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1 GENERAL: The government shall provide, the facilities, equipment, materials, and/or services listed below. 3.2 EQUIPMENT: The NSS-P will provide the contractor with adequate equipment for delivering a presentation to include a projector, projection screen, extension cords and any other media devices necessary for providing adequate training. 3.3 FACILITIES: The Government will furnish the necessary conference room for the contractor staff to provide the support outlined in this PWS to include other items necessary to conduct Security Awareness training. Facility for seminars will be availab le approximately 30 minutes before presentation starts (for set-up) and 30 minutes after presentation ends to allow removal of any items (if applicable). The Government will also ensure that the contractor can enter the facility, escort them to their dest ination, and assist with presentation materials as appropriate. SECTION C-4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 GENERAL: Except for those items specifically stated to be government furnished in Section C-3, the contractor shall furnish everything required to perform this PWS. SECTION C-5 SPECIFIC TASKS 5.1 GENERAL: The contractor shall provide planning, analytical, technical, and management assistance to NSS-P as outlined below in this PWS. 5.2.1. PERFORMANCE REQUIRMENTS. a. Assist NSS-P in achieving its goals by providing thought provoking presentations to influence users to perform best security practices. b. Provide unclassified awareness training that stimulates and motivates those being trained to care about security and to remind them of important security practices. Explaining what happens to an organization, its mission, customers, and employees if sec urity fails motivates people to take security seriously. Awareness is used to reinforce the fact that security supports the mission of the organization by protecting valuable resources. Influence employees to view security as more than just inconvenient ru les and procedures in order that they adhere to them. In addition, make needed suggestions about improving security or how to recognize and report security threats and vulnerabilities. Potential topic areas to be discussed include Network Security Archite cture, Security Process and Procedures, Security Technologies (i.e., IDS, IPS, Firewalls, VPN, etc.). The Contractors briefings will focus on specific actions taken to improve the security of large computing environments. 5.2.2 TASKS. The Contractor will cond uct 12 two-hour unclassified information security technology briefings over a 1 year period at a facility chosen by USAITA, NSS-P. These 12 two-hour unclassified sessions will consist of briefings on particular technology areas. Depending on the particul ar topic, either one or two Contractor personnel will travel to the USAITA, NSS-P facility to deliver the session. The information security topic chosen will be provided to USAITA at least 30 days in advance of the session for approval. Each 12 two-hour unclassified session will provide the audience with in-depth security awareness of major issues associated with current IT security, technical trends, industry best practices, and a description of how large commercial enterprises are handling the issue. " One 10 minute break can be incorporated into the seminar schedule, for example at the end of the 1st hour of the seminar. " A question and answer session can occur at the end of the two-hour session, or the entire seminar, including the question and answer session, can be limited to a maximum of 2 hours. 5.2.3. CONTRACTOR REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpowe r) required for performance of this contract. The contractor is required, once per year, to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includ es: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address , phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10 ) Organization title asso ciated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-c ontractor perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (3) N umber of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Rep orting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or f ill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. TECHNICAL EXHIBIT 6.1 Performance Requirements Summary. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service es sential f or each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance Security Awareness Training. Contractor will provide 12, 2-hour seminar briefing particular technology areas. Contractor develops security awareness briefings in support of the security awareness 100% of the time. Contractor provides audience members with copy of briefing materials 100% of the time. No allowable deficiencies Periodic evaluation through monthly reports, visual observation, and quarterly meetings with contractor manager. SECTION C-7 APPLICABLE PUBLICATIONS 7.1 Applicable Publications. Public Law 100-235, Computer Security Act of 1987, January 8, 1988 Federal Information Management Act (FISMA) of 2002 Office of Management and Budget Circular No. A-130, Management of Federal Information Resources, February 8, 1996 Federal Acquisition Regulation (FAR) Defense Acquisition Regulation Supplement (DFAR) DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), (U), January 1995, with Change One (July 1997) and Change Two (February 2001) DoD 5200.1-R, Information Security Program, (U), January 1997 DoD 5200.2-R, Personnel Security Program, (U), January 1987, with Change 1 (February 1990), Change 2 (July 1993) and Change 3 (February 1996) DoD Directive 5200.28, Security Requirements for Automated Information Systems (AISs), March 21, 1988 DoD, 5200.40, DoD Information Technology Security Certification and Accreditation Process (DITSCAP) DoD 8500.1, Information Assurance, 24 October 2002 DoDI 8500.2, Information Assurance Implementation, 6 February 2003 DoD 8510.1-M, Department of Defense Information Technology Security Certification and Accreditation Process (DITSCAP) Application Manual, July 2000 DoD 8570.1, Information Assurance Training, Certification, and Workforce Management, 15 August 2004 DoDO 8530.2, Support to CND, 9 March 2001 DoDI 8580.1, Information Assurance (IA) in the Defense Acquisition System, 9 July 2004 CJCSI 6510.01D, Defense-in-Depth: IA and CND, 15 June 2004 CJCSM 6510.01, Defense-in-Depth: IA and CND, 25 March 2005, CH 10 August 2004, current as of 18 March 2005 Pls submit a Firm-Fixed Price with item description providing sufficent information for evaluation but not more than 5 pages. The Government will award a contract resulting from this RFQ to the responsible Offeror whose proposal clearly addresses their ex perience, knowledge and capability; and at the lowest price, of the entire scope of the performance work statement (PWS). The RFQ will close 5 September 2006 @ 9am. All offerors are required to submit an email copy of the quote to dionne.yelder@hqda.army. mil.
- Place of Performance
- Address: US Army Information Technology Agency (ITA) 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN01131566-W 20060902/060831221453 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |