News

70тАУDonovan Cyber Range

Type of document: Contract Notice
Country: United States

70тАУDonovan Cyber Range

Agency:
Department of the Army

Official Address:
6105 Curahee Street, Fort Campbell, KY 42223

Zip Code:
22030

Contact:
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

Link:

Date Posted:
20/08/2019

Classification:
70

Contract Description:
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. The solicitation number is FCKY5SFGNAK0008 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-26 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Campbell, KY 42223

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: DONOVAN DIGITAL LEARNING PLATFORM (ENHANCED)
Part No. 2019X1000
The DDLP is organized to progressively challenge the student from basic computer, data, and
network security to identify and counter threats to advanced penetration methods. Modules 1
and 2 focus on System Hardening and will allow you to become proficient at the following:, 1, EA;
LI 002: DDLP MODULE 3
Part No. 2019X1001
Module 3, Networking Module, comes complete with a complement of theory instruction and
practical exercises necessary for complete network security including:
тАУ Fundamental practices of network operations
тАУ Firewalls, Proxy servers, DMZs, and home routers
тАУ PowerPoint theory course
тАУ Check on learning module
тАУ Interactive video lessons, 1, EA;
LI 003: DDLP MODULE 4
Part No. 2019X1002
Module 4 focuses on Attack Prevention that includes 80+ malware applications taken from
the FBIтАЩs list of most prevalent cyber attacks. All PCAP and virus dropper samples were
recorded in real-time during high profile cyber crimes. Students learn the methods to identify,
analyze, and prevent those attacks. Topics include:
тАУ Building a secure sandbox for infecting virtual machines
тАУ Countering 80+ malware applications
тАУ Attack method theory
тАУ Analysis software for identifying, analyzing, and mitigating malicious software attacks, 1, EA;
LI 004: DDLP MODULE 5
Part No. 2019X1003
This module teaches Practical Attack and comes complete with the tools necessary to
prepare, test, and simulate offensive cyber attacks and penetration vulnerability assessments.
Core topics include:
тАУ Metadata and traffic analysis and autonomous attack network
тАУ Mobile authentication cracking
тАУ Packet capture and characteristic analysis
тАУ Network mapping and fingerprinting
тАУ Vulnerability scanning and Virtual networks
тАУ Jump box, TOR, and firewall operations
тАУ Network device exploitation (printers, webcams, Alexa, smart devices, 1, EA;
LI 005: DDLP ENHANCEMENTS
Part No. 2019X1004
12 x Student Laptop Computers (2019 Apple iMac 27тА│, 3.7GHz 6-core i5, 32GB RAM,
Radeon Pro 580X, 1TB SSD, and Keyboard with Numeric Pad)
3 x Instructor Laptop Computers (2019 MacBook Pro 15тА│, Space Grey, 2.9 GHz 6-core i9,
32GB RAM, Radeon Pro Vega 20, and 1TB SS
1 x 32 Inch 1080p Frameless Widescreen IPS Monitor with HDMI and DisplayPort
1 x 24-Port Gigabit Smart Managed Pro Switch
1 x Dell PowerEdge Blade Server per attached specification
1 x Set of Ancillary Equipment
2 x Brother MFC-J995DW printers, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers 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 тАШSubmit a QuestionтАЩ feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agencyтАЩs ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or 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 offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions я┐╜я┐╜я┐╜ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferтАУSystem for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act тАФ Free Trade Agreements тАФ Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 тАУ System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at ; and are current to the most recent revision dates posted on this site.

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at

тАЬAMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 The AMC-Level Protest procedures are found at:
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.тАЭ

тАЬ52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving reportтАЭ

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

IAW FAR 52.212-2; Evaluation тАУ Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an я┐╜я┐╜all-or-nothingя┐╜я┐╜ basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer тАУ usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.

Response Date:
082619

Sol Number:
FCKY5SFGNAK0008

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy