The Acquisition Management and Integration Center (AMIC) is seeking sources that can provide approximately 2500 (ea.), Certified Information Systems Security Professional (CISSP) Annual Maintenance Renewal Tokens for the ACC Cyberspace Support Squadron (CYSS) at Scott Air Force Base, IL. These renewal tokens ensure that the Air Force information assurance workforce meets their commercial cyber security certifications mandated by the Department of Defense (DOD).
CONTRACTING OFFICE ADDRESS:
Acquisition Management and Integration Center (ACC AMIC/PKA)
129 Andrews Street
Bldg. 664, Ste 110
Langley AFB, VA 23665-2788
INTRODUCTION:
This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.
TECHNICAL DESCRIPTION:
The AMIC is seeking potential sources capable of providing approximately 2500 (ea) Certified Information Systems Security Professional (CISSP) certification renewal tokens. Each renewal token will be valid for 1 year from time of issuance by CYSS. Any un-issued token will expire 1 year from time of delivery to CYSS.
DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611420, Computer Training, with the corresponding size standard of $11,000,000.00
To assist AMIC in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.
In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:
Responses should include:
1) Business name and address;
2) Name of company representative, business title and email;
3) Large or Small Business Size and Type of Small Business (if applicable);
4) Cage Code;
5) DUNS Number;
6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)
7) If the vendor has an or equal item please provide a description and specifications of the product.
8) Please list any comments or concerns you have with the NAICS code and/or Technical Description.
9) Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability provide the product listed in this Technical Description. Documentation should be in bullet format.
Vendors who wish to respond to this should send responses via email NLT Wednesday, 24 Apr 2019, 12:00 PM Eastern Daylight Time (EDT) to [email protected].
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.