Cyber Training Event Coordination
ID: 70Z07924RCYBR0001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 1 ALEXANDRIAALEXANDRIA, VA, 22310, USA

NAICS

Convention and Trade Show Organizers (561920)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security's United States Coast Guard is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing cybersecurity training services. The objective of this procurement is to enhance the skills of Coast Guard personnel in Defensive Cyber Operations (DCO), Department of Defense Information Network Operations (DODIN), and Offensive Cyber Operations (OCO) through a variety of training formats, including virtual and in-person sessions. This initiative is crucial for maintaining operational readiness and ensuring the cybersecurity capabilities of the Coast Guard in response to evolving threats. Interested vendors must submit their proposals by July 31, 2024, with a maximum award amount of $20,000,000, and can direct inquiries to Samuel Rhoades at samuel.j.rhoades@uscg.mil or Keith Miner at keith.a.miner@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the US Coast Guard for cyber training services, announced under solicitation number 70Z07924RCYBR0001. The main purpose is to secure a vendor to provide comprehensive cyber training, examinations, and ongoing maintenance services in accordance with the Statement of Work (SOW) provided in the attached documents. The contract has a firm fixed-price structure and encompasses multiple option periods extending over several years. The initial contract will start on September 20, 2024, and continues through September 19, 2025, with provisions for additional year-long option periods. The solicitation is categorized as unrestricted but encourages participation from various small business classifications, including Service-Disabled Veteran-Owned and Women-Owned businesses. Contractors are required to submit proposals by July 31, 2024. The document details the structure of the contract, including a maximum award amount of $20,000,000 and specified requirements for delivery and invoicing. Electronic references to necessary attachments supplement the proposal instructions, underpinning compliance with federal acquisitions regulations. This RFP reflects the government’s intent to enhance cybersecurity training capabilities while promoting inclusiveness among diverse business participants.
    The document is an amendment to a solicitation associated with the US Coast Guard's training courses. This amendment, designated by Control Number 70Z07924RCYBR0001, extends the deadline for offer submissions to August 19th, 12:00 PM. It outlines necessary acknowledgment procedures for offers, including the requirement for acknowledgment prior to the deadline to avoid rejection. Key changes noted include an open window for questions until August 12th, the addition of requested delivery methods for training courses, and updates to course names in the corresponding attachment documents. Notably, in-person training pricing must be addressed at the task order level rather than the IDIQ level, and a cancellation policy has been introduced. The purpose of this amendment is to clarify requirements and accommodate changes in training delivery, contributing to the effective coordination of cyber security training initiatives. The document remains aligned with federal RFP standards and emphasizes compliance among contractors for successful project execution.
    This document represents an amendment to solicitation number 70Z07924RCYBR0001, issued by the US Coast Guard's C5I Contract Operations Division. The amendment does not extend the submission deadline for offers but clarifies the acknowledgment process for the amendment. Offers must confirm receipt of this amendment prior to the due date through specific methods outlined, including return of the signed amendment or acknowledgment on offer copies. The primary change incorporated into the solicitation is the addition of an attachment titled "QandR RFP 70Z079RCYBR0001," which details questions and responses received about the RFP. All prior terms and conditions remain unchanged. The document includes administrative details such as the issuing and administering codes, and it emphasizes the importance of timely acknowledgment to avoid potential rejections of offers. This amendment facilitates clearer communication regarding the solicitation process and fosters compliance with federal procurement protocols.
    This document outlines an amendment to a solicitation under the federal government's Request for Proposal (RFP) process. It stipulates requirements for contractors to acknowledge receipt of the amendment via specified methods prior to the due date to avoid offer rejection. The amendment modifies several key components of the solicitation, including the Scope of Work, Pricing Sheet, and the Statement of Work for Task Order 1. The document also lists new attachments that provide answers to questions from offerors, as well as necessary updated documents related to the requirements and pricing. Emphasizing communication and compliance, it specifies that while contractors are not required to sign the amendment, acknowledgment of receipt is crucial. This amendment aims to ensure clarity and completeness in the bidding process, facilitating accurate contractor responses to the updated solicitation details, thereby enhancing the overall procurement process for the US Coast Guard.
    This document is an amendment to solicitation 70Z07924RCYBR0001 issued by the U.S. Coast Guard. It extends the deadline for offers while detailing procedures for acknowledgment of this amendment by contractors. Offers must be acknowledged before the specified deadline using methods outlined, including returning copies of the amendment or acknowledging it on submitted offers. The amendment includes attachments that respond to previous questions and clarify specific terms. Notably, changes to the cancellation policy and course material requirements in the associated Statement of Work are highlighted. All other terms of the original solicitation remain unchanged. This amendment is crucial as it updates stakeholders on modifications and clarifies project parameters, ensuring compliance and clarity for participants in the procurement process.
    The United States Coast Guard's Request for Proposal (RFP) aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for cybersecurity training events. The primary objectives include addressing urgent training needs across Defensive Cyber Operations (DCO), DOD Information Network (DODIN) Operations, and Offensive Cyber Operations (OCO). The contractor is responsible for providing training access, coordinating with training providers, and managing various training logistics. The scope of work involves facilitating cyber training events, ensuring adherence to established criteria for training venues, and offering virtual support for online training. Additionally, the contractor will produce deliverables such as student performance reports and training evaluations, maintaining compliance with federal regulations including the Privacy Act and Section 508 for accessibility. The contract entails a one-year performance period followed by four optional years, with regular oversight from the government, including progress reporting and inspection of deliverables. The request emphasizes the contractor's responsibility to use secure communication methods and ensure that the training environment is compliant with federal standards. This RFP underscores the commitment to enhance the Coast Guard's cyber capabilities in line with evolving technological demands.
    The United States Coast Guard is issuing a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract focused on delivering cybersecurity training events. The primary goal is to enhance skills in Defensive Cyber Operations (DCO), Department of Defense Information Network (DODIN) Operations, and Offensive Cyber Operations (OCO) for various branches, including CGCYBER and USCYBERCOM. The scope covers the provision of necessary personnel, materials, and facilities for training events, which can occur in-person, virtually, or online. Contractors will also handle logistics, venue selection based on established criteria, and technology support for remote training participants. Task orders will detail specific training requirements, with performance metrics and reporting standards established. Emphasis is placed on compliance with applicable federal regulations, including the Privacy Act, and Section 508 for accessibility. The initial contract period is one year, with options for four additional years. This RFP is part of the government's effort to maintain a trained cyber mission force responding to evolving technological needs.
    The United States Coast Guard's Request for Proposal (RFP) #70Z07924RCYBR0001 outlines the need for a contractor to deliver cybersecurity training across various branches, including Defensive and Offensive Cyber Operations. The contract, categorized as Indefinite Delivery Indefinite Quantity (IDIQ), aims to respond to specific technical training requirements for CGCYBER personnel. The contractor is responsible for providing training events at different logistics levels, coordinating with training providers, and ensuring accessible venues. Training may occur in-person or virtually, with a focus on certifications such as CompTIA Security+ and CISSP, among others. Inspection and acceptance of deliverables will follow set guidelines, and any noncompliance requires correction within specified timelines. The contractor must submit monthly progress reports and adhere to privacy regulations, ensuring protection against personal identification information exposure. Periodic reviews and evaluations will establish compliance with the contract’s objectives. This RFP exemplifies the federal government's commitment to enhancing cybersecurity readiness through structured training initiatives while highlighting essential operational, legal, and administrative frameworks necessary for contract execution.
    The United States Coast Guard (USCG) issued a Request for Proposal (RFP) under the number 70Z07924RCYBR0001 for a contract to provide cybersecurity training events through an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The objective of this contract is to facilitate training in Defensive Cyber Operations (DCO), Department of Defense Information Network Operations (DODIN), and Offensive Cyber Operations (OCO) for various USCG divisions. The contractor is expected to supply personnel, materials, and services for training events based on specific task orders. Key deliverables include communication strategies between the contractor and the program office, access to designated cyber training courses, and adherence to cybersecurity credentials and certifications. The training can be conducted in-person, virtual, or on-demand, with specific criteria for venue selection and technological support. The contract outlines extensive guidance on deliverables, inspections, and acceptance protocols while emphasizing adherence to privacy and security regulations. Performance is expected over a base year with four optional one-year extensions. This RFP highlights the USCG's commitment to enhancing its cyber readiness through targeted training, ensuring compliance with federal acquisition regulations, and maintaining effective communication and collaboration with the contracted service providers.
    The document outlines an extensive pricing structure for training and examination services related to various cybersecurity certifications and IT training. It includes a detailed list of course offerings such as CompTIA A+, CISSP, and Certified Information Systems Auditor (CISA), along with specific training formats, including online seats and lab access. Each item lists a per-unit cost, which will be used to evaluate pricing reasonableness at the Indefinite Delivery Indefinite Quantity (IDIQ) contract level. Additionally, labor categories such as Program Manager and Training Coordinator are defined, with their rates requested in hourly format. The document emphasizes the necessity for vendors to accurately input pricing into designated fields, ensuring all pricing calculations are correct for the base period and each subsequent option period. The purpose reflects agencies' needs for qualified training services to maintain a skilled workforce in cybersecurity, addressing current and future demands stemming from federal RFPs and grants. Overall, this pricing sheet serves as a foundational tool for procurement in support of IT security and training initiatives.
    The document outlines a government Request for Proposal (RFP) focused on training and certification services in Information Technology. It details a comprehensive list of courses, exams, and certifications, including CompTIA, CISCO, ISACA, and various cybersecurity training programs. The pricing structure is segmented into a base period and four option years, with explicit instructions for vendors to input their pricing in highlighted sections for evaluation of reasonableness. Labor categories indicated include Program Manager and Training Coordinator, with rates to be determined per hour. The document emphasizes the importance of proper pricing entry and verification of formulas to ensure accuracy in submissions. This RFP, structured to facilitate the acquisition of IT training services, underscores the federal commitment to enhancing workforce capabilities within cybersecurity and related fields, highlighting the organization's proactive approach to skills development in an increasingly digital landscape.
    The government document outlines a Request for Proposals (RFP) related to training, exams, and maintenance services for various information technology certifications. It specifies a pricing structure for a range of courses, including widely recognized programs such as A+, CISSP, CISA, and various cybersecurity training formats. The document details base period pricing and several option years, emphasizing the requirement for bidders to submit pricing data in designated sections for evaluation based on reasonableness. Additionally, it mandates that vendors familiarize themselves with specific instructions regarding labor categories (Program Manager and Training Coordinator) and the unit of issue. Various training modalities like virtual live and on-demand pricing are noted for each course. The document also highlights the importance of the accuracy of pricing inputs and that vendors are accountable for ensuring formula correctness in the pricing sheets. This RFP aims to secure qualified training and certification services to support government staff in enhancing their IT competencies, aligning with federal goals of workforce improvement within the information technology and cybersecurity sectors.
    The Statement of Work for the Coast Guard’s CGCYBER FY24 Q4 Cyber Training outlines a contract to provide comprehensive cybersecurity training, exams, and annual maintenance certifications for personnel. This initiative is crucial for maintaining cybersecurity readiness and safeguarding the nation's maritime infrastructure. The contractor is tasked with delivering a variety of virtual-live or on-demand training courses, including popular certifications like CompTIA A+, CISSP, and CISA, along with associated exams and maintenance certifications. The document details operational requirements, including timely communication with the Program Office, virtual event support, and training distribution protocols. The contractor must provide monthly summaries of training usage, attendance, and any issues encountered, ensuring quality control and feedback through training surveys. Work is to be conducted off-site, and the contract period runs from September 20, 2024, to March 19, 2025. The contractor must adhere to security protocols and engage in a kickoff meeting following award. This structured approach facilitates the Coast Guard’s mission to enhance cyber proficiency through organized training initiatives and efficient management.
    The U.S. Coast Guard (USCG) seeks to enhance its cybersecurity capabilities by requesting training services within the CGCYBER FY24 Q4 Cyber Training project. The contractor is tasked with providing a range of cyber training courses, exams, and annual maintenance certifications for two quarters, ensuring availability for one year post-purchase. Key offerings include various courses covering certifications like CompTIA A+, CASP+, CCSP, and CISSP, among others, delivered in virtual-live formats. The contractor must support program communication, offer technical assistance for online training, and maintain a sufficient supply of training vouchers. Monthly training summaries detailing course usage and feedback from participants are required. All work will be performed off-site, with strict security protocols. The contract period runs from September 20, 2024, to March 19, 2025. A post-award kickoff meeting and a government acceptance process will ensure adherence to expectations and quality deliverables. Overall, this initiative underscores the USCG's commitment to maintaining a highly skilled cybersecurity workforce to protect critical maritime infrastructure.
    The U.S. Coast Guard (USCG) requires cybersecurity training to ensure protection against cyber threats and to maintain operational readiness. This task order outlines the provision of various training courses, exams, and maintenance certifications for cybersecurity personnel, which must be available for a year after purchase. It includes a range of courses such as CompTIA A+, CISSP, and CISM, with a total of 424 trainings through both virtual-live and on-demand formats. Contractors are responsible for technical support during training, communication regarding attendance, and providing monthly summaries reporting on training utilization and student attendance. Deliverables include an initial training schedule, regular updates on training progress, and collection of feedback through surveys. The task order operates from September 20, 2024, to March 19, 2025. Additionally, security protocols are emphasized for contractors developing deliverables. The document serves as a formal request for proposal (RFP) aimed at enhancing the cybersecurity capabilities of USCG personnel, outlining clear expectations, compliance deadlines, and reporting standards essential for successful task completion.
    The U.S. Coast Guard (USCG) seeks a contractor to provide cybersecurity training and certification for its personnel during the fourth quarter of FY24, encompassing a period from September 20, 2024, to March 19, 2025. The contractor will deliver a range of training courses, exams, and annual maintenance certifications for various cybersecurity credentials, with options for virtual-live or on-demand formats. Key trainings include CompTIA A+, CISSP, CISM, and several Red Team courses. The contractor must ensure all services are accessible for one year post-purchase, manage class schedules, and provide technical support for virtual sessions. Regular communication with the Program Office is required, including attendance tracking, monthly summaries detailing training usage, issues encountered, and completion rates. The task order emphasizes maintaining security, as any developed materials must remain confidential. A post-award kickoff meeting within ten days of award is essential to discuss objectives and expectations, reinforcing the government’s commitment to enhancing its cybersecurity readiness through continuous professional development and training. Overall, this document outlines the critical components necessary for executing an effective cybersecurity training program within the Coast Guard's parameters and requirements.
    The document details a justification for the sole-source procurement of cybersecurity training services by the United States Coast Guard from VMware by Broadcom Inc., under the authority of 10 U.S.C. § 3204. The contract aims to enhance training for Cyber Protection Teams (CPTs) using VMware's Carbon Black software, crucial for cybersecurity operations defined as "Hunt," "Assess," and "Incident Response." The sole-source rationale is supported by the unique qualifications of VMware Inc., as it is the only provider offering specific training necessary for CPT operators to effectively utilize their software. Market research indicates a lack of alternative vendors capable of delivering comparable training, further solidifying the decision. The acquisition will utilize Operations and Support funds for Fiscal Year 2024, and the Contracting Officer certifies that the anticipated costs are fair and reasonable. This document underscores the necessity of specialized training within the context of national security and cybersecurity operations, highlighting the limitations in competitive offerings in the market.
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking to justify a sole-source contract with Hack The Box for specialized cybersecurity training services. This action is driven by the unique needs of USCG's Cyber Protection Teams (CPTs), which require hands-on training to enhance skills in penetration testing and incident response relevant to securing U.S. maritime critical infrastructure. Hack The Box was identified as the only vendor capable of providing a comprehensive training platform that includes virtualized environments suited for realistic cybersecurity scenarios. The justification cites 10 U.S.C. § 3204(a) to permit other than full and open competition, emphasizing that alternatives examined were not feasible due to excessive costs or inadequate training capabilities. The anticipated costs were deemed fair and reasonable based on comparable commercial pricing and prior acquisitions. This procurement aims to ensure USCG personnel remain ready for cyber operations, ultimately safeguarding nationwide infrastructure from potential cyber threats.
    The Department of Homeland Security's United States Coast Guard (USCG) requests justification for sole-source procurement of cybersecurity training from Magnet Axiom, which is essential for maintaining the operational capability of its cyber teams. This training is linked with the use of specific software licenses that USCG has previously acquired for incident response. The contract, valued under Operations and Support funds for Fiscal Year 2024, aims to provide advanced training required by Incident Responder Journeyman Qualification Requirements. Magnet Axiom is recognized as the only provider capable of delivering the specific tools and skills necessary for USCG's Cyber Security Operations Center analysts. Alternatives were explored but deemed insufficient in comprehensiveness and tool proficiency. The contracting officer determined that the anticipated costs are fair and reasonable, supported by market research conducted from July 2023 to March 2024, confirming the limited availability of vendors offering specialized training. The certifications from both the contracting officer and technical representative affirm the necessity and accuracy of the procurement justification.
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking a sole-source procurement for specialized cybersecurity training from Offensive Security. This acquisition, valued at an estimated total of unspecified funds for Fiscal Year 2024 under a Firm Fixed Price Task Order, aims to enhance the operational cybersecurity capabilities of the USCG’s Cyber Protection Teams (CPTs). Key training services include access to Offensive Security’s enterprise platform featuring hands-on exercises, real-world incident simulations, and certification opportunities crucial for maintaining operational readiness. The justification for the sole-source award highlights Offensive Security's unique qualifications and the necessity of its training programs, which align with USCG’s Unit Training List requirements. Alternatives were explored but deemed inadequate in addressing specific training needs. Market research revealed limited suppliers capable of meeting the specialized demands of USCG cybersecurity operations. The contracting officer has confirmed that the anticipated pricing will be fair and reasonable based on commercial standards and past procurement experiences. This initiative illustrates the USCG's commitment to improving its cybersecurity posture against evolving threats to ensure the safety of maritime operations.
    The U.S. Coast Guard (USCG) is seeking to procure specialized training for its Cybersecurity Operations Center (CSOC) Threat Hunt team from K>FiveFour on a sole-source basis, justified under 10 U.S.C. § 3204. The training includes the Red Team Apprentice Course (RTAC) and Red Team Journeyman Course (RTJC), aimed at enhancing analysts' skills in detecting and responding to sophisticated cyber threats, particularly nation-state level attacks. The justification highlights K>FiveFour as the only vendor providing such relevant, mission-specific training, which is crucial for the operational effectiveness of the Threat Hunt team. The anticipated costs are deemed fair and reasonable compared to commercial pricing, and the training is aligned with the Department of Defense’s Incident Responder Job Qualification Requirements (JQR). Market research confirmed K>FiveFour’s unique offerings after evaluating other training options, which did not fulfill the operational training needs of the USCG. This procurement underscores the importance of tailored cyber defense training in maintaining national security and enhancing the capabilities of incident responders.
    The United States Coast Guard (USCG) seeks to procure specialized cybersecurity training from SpecterOps on a sole-source basis, justified under 10 U.S.C. § 3204 due to the vendor's unique qualifications. This training is essential for USCG's Cyber Protection Teams (CPTs) engaged in critical cybersecurity missions like threat hunting, incident response, and vulnerability assessments. The training courses, including Adversary Tactics Detection and Red Team Operations, focus on contemporary adversary tactics relevant to USCG operations, ensuring personnel are well-prepared for real-world scenarios. The justification highlights that SpecterOps is the only provider meeting specific training requirements necessary for the operational effectiveness of USCG cybersecurity teams. Alternatives, such as courses from SANS and Antisyphon Training, were found either too costly or lacking in the flexibility and specificity needed by USCG. Hence, this acquisition utilizes Operations and Support funds from Fiscal Year 2024, and the anticipated pricing is deemed fair based on market research conducted in 2023. The document underscores the importance of specialized training for maintaining cybersecurity readiness within the USCG, reflecting broader government aims to enhance national security through skilled personnel.
    The Department of Homeland Security’s United States Coast Guard (USCG) seeks to procure specialized cybersecurity training from Splunk Inc. on a sole-source basis. This procurement aligns with 10 U.S.C. § 3204 and FAR Subpart 6.302-1, permitting such action due to Splunk's unique qualifications as the software provider used in USCG's Deployable Mission Support Suite (DMSS) kits. The training is essential for three Cyber Protection Teams (CPTs) operating on U.S. coasts, which require specific training in cybersecurity operations tied to their usage of Splunk software since 2019. The justification outlines the contractor’s unmatched expertise needed for operational and engineering-level training, which no other vendor can provide. A market research effort conducted between July 2023 and March 2024 confirmed the limited availability of training options that meet USCG's specific needs. Moreover, the Contracting Officer has certified that the anticipated costs will be fair and reasonable based on market comparisons and previous acquisition history. This training is vital for ensuring that USCG personnel can effectively address cybersecurity threats and enhance the security of critical marine infrastructure.
    The RFP document pertains to the procurement process for cyber training event coordination by the U.S. Coast Guard (USCG). It clarifies that the Justification and Approval (J&A) documents list specific brand-name training courses but does not restrict RFP responses to providers on that list. Vendors are encouraged to submit competitive proposals regardless of their inclusion in the J&A. The requirement for training is newly established, with no need for justifications to be made to each training provider. The importance of a single training entity is minimal unless specified, allowing for flexibility in proposed training solutions. The RFP outlines stipulations regarding the format of training (virtual vs. in-person) and references that the Pricing Sheet for "Task Order 1" will detail participant numbers and training requirements. This document is part of the federal government's bid solicitation process, emphasizing the need for robust training solutions while adhering to established protocols and competitive bidding practices.
    The document contains a series of questions and clarifications regarding a Request for Proposal (RFP) for cyber training event coordination for the U.S. Coast Guard. Key topics addressed include vendor responsibilities for venue selection, pricing requirements for live and on-demand training (with onsite pricing not required), and the importance of training for maintaining cyber readiness within the Coast Guard. Specific revisions in the Statement of Work (SOW) clarify that vendors must provide authorized course materials, manage a cancellation policy, and maintain relationships with training providers to ensure timely access to training within specified timeframes. Additionally, it discusses vendor obligations regarding course delivery methods, the need for flexible training options, and requirements for various certifications. The government explicitly states expectations for training modality fulfillment and pricing structures without predefined class minimums due to the uncertain nature of requests in future years. Overall, this document emphasizes the critical nature of cyber training in operational readiness and outlines specific vendor expectations for compliance with training needs and contractual requirements.
    This document includes responses to questions regarding RFP 70Z07924RCYBR0001, focused on Cyber Training Event Coordination, specifically addressing training requirements for various courses. Clarifications were made about the number of students requiring training, changes to the Carbon Black training due to structural changes at the vendor, and the acceptance of RFP responses from businesses not on the pre-approved vendor list. Emphasis was placed on the flexibility of training sources, detailing that while designated brand names are preferred, proposals can vary based on market conditions. The document confirms that this is a new contract, and details regarding training methods and numbers are specified in the attachments. Overall, the Q&A format indicates ongoing engagement with potential bidders, ensuring clear understanding of expectations and training requirements for the upcoming contract. The essence of the document rests in facilitating an effective procurement process for cybersecurity training while adapting to changing vendor landscapes and specifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Justification For Other Than Full and Open Competition USCG Nationwide ENV ENG Services Multiple Award IDIQ $50M Additional Capacity
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking to modify existing Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Nationwide Environmental Engineering Services, increasing the aggregate ceiling from $75 million to $125 million. This modification aims to address urgent demands related to environmental compliance, restoration, and sustainability, as the current capacity is projected to be exhausted by late FY24. The additional capacity of $50 million will ensure the continuity of high-quality services while a replacement contract is procured in FY25, maintaining efficiency in task orders without altering the contract period, which extends through December 2028. Interested parties can contact Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information.
    Cyber Training RFP
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Investigation (FBI), is seeking proposals for a Cyber Training program aimed at enhancing the skills of law enforcement personnel in conducting computer intrusion investigations. The procurement focuses on providing comprehensive training in various cyber-related topics, including Cyber Security, Digital Forensics, and Incident Response, utilizing multiple delivery methods such as In Person, On Demand, and Live Online formats. This initiative is crucial for equipping FBI personnel and federally deputized officers with the necessary expertise to handle complex cyber matters effectively, ensuring they can conduct investigations and testify credibly in court. The contract, valued at up to $24 million, includes a one-year base period with four optional one-year extensions, and interested vendors should contact Robert Shifflet at rtshifflet@fbi.gov or Ashley Johnson at aljohnson5@fbi.gov for further details.
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the Coast Guard Cutter (CGC) Cimarron and its associated barge, scheduled for fiscal year 2025. The procurement involves extensive maintenance tasks including hull inspections, fire prevention measures, ultrasonic testing, and preservation of various vessel components, all aimed at ensuring operational readiness and compliance with safety and environmental standards. This initiative is critical for maintaining the functionality and safety of Coast Guard assets, with the contract award anticipated by October 21, 2024. Interested parties must submit their responses by September 16, 2025, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil for further details.
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide Non-Destructive Inspection (NDI) training services, including NAS-410 Level 3 certification, for its personnel. The contract will cover initial training for 30-45 students over a five-year period, consisting of one base year and four option years, with training sessions focusing on four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic. This training is crucial for ensuring the airworthiness of aircraft and compliance with regulatory standards. Interested small businesses must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025; inquiries can be directed to Rose Bateman or Jackson Perry via email.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. The primary objective of this procurement is to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on training and curriculum maintenance related to Tactical Data Link (TDL) interoperability for U.S. and allied forces. This initiative is crucial for enhancing joint military capabilities and ensuring operational readiness through effective training programs. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil or Mary Mezzatesta at mary.l.mezzatesta.civ@us.navy.mil. The project is set to commence in December 2024 and run through December 2025, with options for extension.
    Commercial Solutions Opening (CSO): Security Education and Training Systems eLearning Platform
    Active
    Dept Of Defense
    The U.S. Department of Defense's Defense Counterintelligence and Security Agency (DCSA) seeks innovative technologies for its Security Education and Training Systems (SETS) through a Commercial Solutions Opening (CSO) solicitation. DCSA requires a comprehensive learning ecosystem, including learner management, content management, delivery, and collaborative tools, all aligned with stringent security frameworks. This four-phase competition invites companies to submit concise solution briefs, with a focus on defense applications. The agency aims to revolutionize its training programs while ensuring data continuity and security. Selected companies will be invited to pitch their solutions, leading to potential full proposal requests. The process emphasizes creativity and flexibility, encouraging nontraditional defense contractors and small businesses to participate. The DCSA seeks to enhance its mission effectiveness through these commercial solutions, with submissions due by December 31, 2024. For more information, interested parties can contact the DCSA SETS CSO Contracts and Procurement Office at dcsa.quantico.cpo.mbx.pmo-sets-cso@mail.mil.
    Aviation Training Program Coast Guard Air Station Astoria (Helo Hoisting)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide vessel support for the Aviation Training Program at Air Station Astoria in Warrenton, Oregon. The contractor will be responsible for supplying a vessel, personnel, and equipment necessary for helicopter hoisting operations, which are critical for maintaining aircrew proficiency in search and rescue missions. This procurement is a Total Small Business Set-Aside, with a contract duration starting from September 23, 2024, through September 22, 2025, and includes options for two additional years. Interested parties must submit their proposals by September 13, 2024, to the designated contacts, Christopher U. Columbres and Jing Liu, via email.
    SPECIAL PURPOSE CRAFT TRAINING BOATS HAUL OUT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide haul-out services for a Special Purpose Craft Training Boat at the Training Center in Yorktown, Virginia. The procurement includes essential tasks such as communication and guidance during the hauling process, pressure washing and maintenance during the blocking period, and preparation for the vessel's launch post-maintenance. This opportunity is critical for maintaining the operational integrity and safety of USCG vessels, with a total target price of $16,812 and a bidding window from September 4, 2024, to September 13, 2024. Interested vendors must register on the designated procurement platform and adhere to federal contracting requirements, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1.877.933.3243.
    COMMUNICATIONS MODULES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of communications modules, specifically a Modbus TCP/IP multi-client enhanced communications module for remote chassis, with a requirement for seven units. This procurement is critical for maintaining operational capabilities within the Coast Guard's logistics framework, ensuring effective communication systems are in place. Interested vendors must submit their quotes by the specified deadline, with all deliveries required by September 25, 2024, to the U.S. Coast Guard Surface Forces Logistics Center in Baltimore, Maryland. For further inquiries, vendors can contact Erica Gibbs at 206-815-5371 or via email at ERICA.L.GIBBS@USCG.MIL.