SOLICITATION NOTICE
U -- U--IT and Cybersecurity Training
- Notice Date
- 9/5/2022 5:43:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
- ZIP Code
- 96349-1500
- Solicitation Number
- N6824622Q0133A
- Response Due
- 9/8/2022 11:00:00 AM
- Archive Date
- 03/07/2023
- Point of Contact
- Name: Joseph Arakaki, Title: Contract Specialist, Phone: tbd, Email: Joseph.Arakaki@fe.navy.mil;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Description
- Quotes are being solicited under solicitation number N6824622Q0133A. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to https://marketplace.unisonglobal.com and reference Buy No. 1116657. NASA SEWP V Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP V contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP V contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP V contracts is available at http://www.sewp.nasa.gov. The Seller must include the SEWP Agency Handling Fee (AHF) in their line item pricing in accordance with SEWP guidelines. The Unison Marketplace Fee will be calculated based solely on the price of the goods included in the Seller's bid. The portion of the pricing (.39%) that corresponds with the SEWP AHF will be excluded from the Unison Marketplace Fee calculations. This requirement is unrestricted and only qualified sellers may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-09-08 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The FLC - Yokosuka requires the following items, Brand Name or Equal, to the following: LI 001: Training provider must offer a comprehensive library of IT and Cybersecurity expert-led continuing education (CE) training courses that align with the DoD Cyber Workforce Framework (DCWF) approved list of Information Assurance/Cybersecurity commercial and/or industry certifications at basic, intermediate, and advanced proficiency levels. Such certifications include, but are not limited to, CompTIA (Security+, CASP+, CySA+, PenTest+, Linux+, Cloud+), (ISC)2 � Certified Information Systems Security Professional (CISSP), Certified Authorization Professional (CAP), Certified Cloud Security Professional (CCSP), Systems Security Certified Practitoner (SSCP), ISACA (CISA-Certified Information Systems Auditor, CRISC-Certified in Risk and Information Systems Control , CISM-Certified Information Security Manager � ITCA-Information Technology Certified Associate), GIAC (GSEC � Security Essentials Certification, GSLC � Security Leadership Certification), Cisco Systems, Inc. (CCNA-Cisco Certified Network Associate), and CERT (CSIH-Computer Security Incident Handler). 30 subscription accounts., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Yokosuka intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Yokosuka is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The NAICS code is 611430 and the Small Business Standard is $12,000,000.00 FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items 252.211-7003 Item Identification & Valuation (AUG 2008) 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I 252.232-7010 Levies on Contract Payments (DEC 2006) 5252.232-9402 Wide Area Workflow (WAWF) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6b9a3e8c9e545a78d4d74027007732b/view)
- Place of Performance
- Address: See Statement of Work.
- Record
- SN06452752-F 20220907/220905230114 (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 |