This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this source sought notice is advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS Code for this requirement is 511210.
MICC-Fort Gordon intends to issue a competitive solicitation to result in a single IDIQ contract and this sources sought is for planning purposes only. The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the below: Fort Gordon Defensive Cyberspace Operations (DCO) and Offensive Cyberspace Operations (OCO) has a requirement for a curriculum that provides training and preparation in the following courses:
AUD507 Auditing Networks, Perimeters, and Systems
FOR508 Advanced Computer Forensic Analysis and Incident Response
SEC401 Security Essentials Bootcamp Style
SEC464 Hacker Guard: Security Baseline Training for IT Administrators and
Operations with Continuing Education
SEC501 Advanced Security Essentials - Enterprise Defender
SEC503 Intrusion Detection In-Depth
SEC504 Hacker Techniques, Exploits & Incident Handling
SEC505 Securing Windows with the Critical Security Controls
SEC542 Web App Penetration Testing and Ethical Hacking
SEC560 Network Penetration Testing and Ethical Hacking
SEC566 Implementing and Auditing the Critical Security Controls - In-Depth
SEC561 Intense Hands-on Pen Testing Skill Development
SEC573 Python for Penetration Testers
The training is required to support the 255S Information Protection Technician Warrant Officer Advanced Course (WOAC); the 25D Cyber Network Defender course; the 26C Cyberspace Operations Engineer; and other cyberspace security courses. Training must cover all objectives required to prepare students for associated Global Information Assurance Certification (GIAC) certification exams (GCWIN, GCIA, GCIH, GSNA, GPEN, GCED, GSEC, and GCFA). Vendors must be able to provide the GIAC exams and no other alternative, as they are required for the aforementioned MOS's. The training packages must include testing for up to 320 students and retest attempts for up to 150 students for each of the required certifications.
The training package must include: on-site presentation; all required print material; and distance learning course access for each course (required for advance studies). The training support package shall provide advanced technical information security expertise and knowledge not readily available in the US Army training inventory. This program shall prepare candidates for the emerging cyberspace-workforce specialty areas and the knowledge and expertise to utilize various tools to defend, monitor, detect, analyze, audit, and mitigate threats to the Global Information Grid (GIG) and LANDWARNET. Training shall focus on defending tactical thru strategic networks, wired and wireless telecommunications systems, and networks (enterprise-wide) at all echelons of cyberspace (terrestrial, air, and satellite) in support of US Army, Joint, Combined, and Coalition operations worldwide. Period of Performance shall consist of up to a 36 month period.
Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed five (5) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Familiarity and knowledge of the requirement. Responses are due no later than 1300 EST. Wednesday, 4 June 2014, and shall be electronically submitted to Justin A. Speering at
[email protected]. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Bid Protests Not Available