The RFP Database
New business relationships start here

Security+ Certification Course


Utah, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Description(s):

DESCRIPTION: The Utah National Guard has a requirement for training to be offered at one of your facilities, in either Draper Utah 84020, or at Camp Williams, Utah 84065. Your response to this synopsis solicitation should be based on twenty students attending the course with your price per student price if over the standard twenty students attend. The duration of the course will be ten days in length, Monday through Friday the first week and Monday through Friday the second week. The course should include both instruction time for all Security + (plus) modules and examination prep time, to prepare students to pass the Security+ exam. The overall price of the course should include exam vouchers and proctored, in-class exam at the end of the class. A STATEMENT OF WORK (SOW) is included as an attachment in this solicitation. You must be able to meet all of the items listed in the Statement of Work to be able to be considered a responsive vendor to this requirement. This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in Federal Acquisition Regulation (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 on any other government points of entry. Solicitation W90M7H90590400 is being issued as a Request for Quotation (RFQ). This solicitation incorporates provisions and clauses for commercial items, in effect through Federal Acquisition Circular 2001-12. A single contract will be awarded for this requirement and is subject to availability of funds. This solicitation is issued as a restricted total small business set-aside procurement in accordance with FAR Part 19.502(b)(1), before setting aside an acquisition under this paragraph when it is reasonable to expect that offers will be obtained from at least two responsible small business concerns offering this product or service. The North American Industry Classifications System Code (NAICS) for this solicitation is 611420. Please respond with your quote to Mr. D. Ray Workman at dallas.r.workman.civ@mail.mil by 12/11/2018 at 1:00 PM MST. Please include with your quote your DUNS no. CAGE CODE, and TAX ID no. (TIN) failure to do so my render your quote none responsive. If you have any questions about this solicitation please email your questions to Mr. Workman as well.


SPECIFICATIONS: The requirements for this solicitation are contained in the SOW. It is requested that the course be held from Monday 29 July through Friday 09 August, 2019, those dates are not flexible, they are dates that have been scheduled in advance and cannot be changed. The contractor will provide a Security+ reading plan, a Security+ review guide, and Security+ practice exams prior to the scheduled training. Classroom training will take place at 17800 So. Redwood Rd. Camp Williams Utah 84065. The contractor will provide a Security+ student manual, additional Security+ practice exam questions, a study digest and a quick reference card per student during the classroom portion of the training. \


EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis on Lowest Price Technically Acceptable (LPTA), In Accordance With (IAW) FAR 15.101-2 Where the lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The contractor will be required to meet all of the requirements in the SOW to be considered responsive to this solicitation. Price and ability to meet the technical aspects outlined in the SOW will be considered when evaluating the quotes. The Government reserves the right to award to other than the low quote if the lowest quote does not meet the technical requirements of this solicitation.


QUOTES: Quotes are due no later than (NLT) 1:00 PM MST 05 February 2019. Quotes will be Emailed to: dallas.r.workman.civ@mail.mil. Facsimiles will NOT be accepted.


APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference.
FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and
provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract.


FAR 52.203-3 - Gratuities
FAR 52.203-6 ALT I - Restrictions on Subcontractor Sales to the Government
FAR 52.204-2 ALT II - Security Requirements
FAR 52.204-4 - Printed or Copied - Double Sided on Post-Consumer Fiber Content paper
FAR 52.204-7 - Central Contractor Registration
FAR 52.204-9 - Personal Identity Verification of Contractor Personnel
FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-1 - Instructions to Offerors--Commercial Items
FAR 52.212-2 - Evaluation --Commercial Items
FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items, with Alternate I
FAR 52.212-4 - Contract Terms and Conditions--Commercial Items
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items.
FAR 52.219-8 - Utilization of Small Business Concerns
FAR 52.219-14 - Limitation on Subcontracting
FAR 52.219-28 - Post Award Small Business Program Representation
FAR 52.222-3 - Convict Labor
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies
FAR 52.222-21 - Prohibition of Segregated Facilities
FAR 52.222-26 - Equal Opportunity
FAR 52.222-35 - Equal Opportunity for Veterans
FAR 52.222-36 - Affirmative Action for Workers with Disabilities
FAR 52.222-37 - Employment Reports on Veterans
FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act
FAR 52.222-41 - Service Contract Act
FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires
FAR 52.222-44 - Fair Labor Standards Act and Service Contract Act - Price Adjustment
FAR 52.222-50 - Combating Trafficking in Persons
FAR 52.222-54 - Employment Eligibility Verification
FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging while Driving
FAR 52.225-13 - Restrictions on Certain Foreign Purchases
FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.223-3 - Hazardous Material Identification and Material Safety Data
FAR 52.223-5 - Pollution Prevention and Right-to-know Information
FAR 52.228-5 - Insurance - Work on a Government Installation
FAR 52.233-2 - Service of Protest
FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2 - Clauses Incorporated by Reference
DFARS 252.201-7000 - Contracting Officer's Representative
DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7004 - Central Contractor Registration, Alternate A
DFARS 252.204-7005 - Oral Attestation of Security Responsibilities
DFARS 252.209-7001 - Disclosure of Ownership or Control by a Government of a Terrorist Country
DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items


Dallas Ray Workman, Contract Specialist, Phone 8014324607, Email dallas.r.workman.civ@mail.mil - Otha B Henderson, Contract Specialist, Phone 8014324093, Email otha.b.henderson.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP