SOURCES SOUGHT
D -- ONLINE IT WEB-BASED TRAINING SUBSCRIPTION
- Notice Date
- 6/2/2020 6:54:52 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP20R0021
- Response Due
- 6/12/2020 11:00:00 AM
- Archive Date
- 06/27/2020
- Point of Contact
- William T. Brown, Phone: 8014324273
- E-Mail Address
-
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION/SOURCES SOUGHT:� W911YP20R0021 AGENCY/OFFICE:� Utah National Guard / USPFO PERIOD OF PERFORMANCE: Base year of 12 months + 4 option years PLACE OF PERFORMANCE:� Utah Army National Guard / G6 12953 S Minuteman Drive, Draper, UT 84020 SUBJECT:� ������������������������� Online IT Training RESPONSE DUE DATE:� 12:00 PM MST 12 June 2020 CONTRACTING POC:� William (Billy) T. Brown III�� Email:� William.t.brown68.civ@mail.mil�� Phone:� 801-432-4273 � DESCRIPTION/CAPABILITIES: The United States Property and Fiscal Office (USPFO) for the Utah National Guard is conducting this SOURCES SOUGHT notice to identify local small business vendors, as well as local large business vendors, who possess the capabilities of providing Online IT Web-based Training, as specified below.� � STATEMENT OF WORK � INTRODUCTION: The Utah Army National Guard (UTARNG) Cybersecurity workforce has a requirement for access to an on-demand Information technology training.� They are seeking a subscription-based access to a comprehensive online learning platform. �The UTARNG intends to make a base year contract with 4 annual options years for all services outlined in this Statement of Work (SOW). SCOPE OF WORK: This requirement will provide 35 user licenses for 12 months. The contract should include an option to increase or decrease user licenses annually when exercising the option year. A user license can be transferable to a new user in the case the current user is no longer working for the organization.� PERIOD OF PERFORMANCE: The period of performance will include a base year with four (4) annual renewal option years.� � ONLINE LEARNING/TRAINING PLATFORM REQUIREMENTS: Learning content should be updated regularly and stay-up-to date with latest technology & industry certifications. Online Learning Platform should provide �24/7� availability with 99% uptime. The platform should provide two factor (2FA) and/or multifactor authentication (MFA) industry standard authentication options. Be compatible with commonly used web browsers such as:� Internet Explorer, Chrome, Edge, & Firefox. Should provide typical help support to users for functionality, access, account issues, etc.. Provide �Learning Paths� or �Paths� Provide access to the platforms complete learning library without restrictions. Provide both industry vendor specific & vendor neutral certification paths. Have team and group administration options Usage reporting and data analytics for manager and users to measure proficiency Certification practice exams Mobile app for android and iOS platforms Offline viewing capabilities Custom playlists The platform should have thousands of hours of training content The platform must offer vendor specific training to include but not limited to: � (ISC)� Adobe Apache AWS Cisco CiTRiX CompTia Google ISACA Linux Microsoft Nessus ORACLE paloalto networks PMI PowerShell Python splunk Vmware Wireshark � � The platform must offer primarily video courses taught by industry experts and should include but not be limited to the areas of: � Cyber Security Data Base Technology Database Administration DevOps Information Technology IT Customer Support IT Operation & Management Network Administration Software Development Systems Administration CAPABILITIES STATEMENT: �If you believe your company has the knowledge and capability for this requirement, please send your capabilities statement to the email below.� Additionally, your company must be registered on www.sam.gov as a qualified local small business under the NAICS code 541519 �Other Computer Related Services� (or very similar NAICS code) which has a Small Business Size Standard of $27.5 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).� Local large businesses registered on www.sam.gov are also encouraged to submit their capabilities statement.� Your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise of these type of maintenance and repairs. � As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. �Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. �If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.� An RFI is also posted on CHESS to help determine if CHESS IT Service vendors can fulfill this requirement. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. �No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. �However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. �All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. 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.� Each Capabilities Statement must include vendor's CAGE code, DUNS number, Federal Tax Number, and must include point of contact information.� Prospective vendors may obtain information on registration at www.sam.gov. �Failure to provide SAM registration may result in your company not being considered.� IAW FAR 52.204-7 and DFARS 252.204-7004 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.� SUBMISSION INSTRUCTIONS:� Please provide your Capabilities Statement to the United States Property and Fiscal Office Purchasing and Contracting Division of Utah no later than 12:00 pm (Mountain) 12 June 2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.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 may be considered non-responsive and may not be considered. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications to perform the defined work. �Responses must be complete and sufficiently detailed to address the specific information. �The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: �parent company, joint venture partners, and potential teaming partners; Year the firm was established and number of employees; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status (must correlate with SAM registration): _____ Small business� _____ HUBZone����� _____ WOSB _____ 8(a)���������������������������������������������������������������������� _____ VOSB _____ SDVOSB������������������������������������������������������������ ����������������������������������� _____ Small Disadvantaged Business Is the firm currently on the Excluded Parties List or has Debt Subject to Offset on www.sam.gov? Documentation of the company�s ability to obtain financing for a contract valued between $100,000.00 to $300,000.00. Bonding capability. List at least 1 current commercial Audio Visual Installation project in the last 5 years of similar size and scope.� Include location, POC, agency (if applicable), size, and contract award amount. Additional comments: ___________________________________________________________ This information is true and correct to the best of my knowledge. ________________________________________����������������������������� ___________________ Signature����������������������������������������������������������������������������������������� Date ________________________________________����������������������������� ___________________ Name������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/086a6944e3d245d0adc4c47580363be6/view)
- Place of Performance
- Address: Draper, UT 84020, USA
- Zip Code: 84020
- Country: USA
- Zip Code: 84020
- Record
- SN05677972-F 20200604/200602230213 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |