Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2009 FBO #2708
SOURCES SOUGHT

B -- Lead ANSI Approved Standards Development Task Group on Smart Card Standards Expertise for NIST

Notice Date
4/24/2009
 
Notice Type
Sources Sought
 
NAICS
511130 — Book Publishers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB893020-9-04116
 
Archive Date
5/8/2009
 
Point of Contact
Mario A. Checchia,, Phone: 301-975-8407
 
E-Mail Address
mario.checchia@nist.gov
 
Small Business Set-Aside
N/A
 
Description
This is a request for information/sources sought notice(RFI) to assist the National Institute of Standards and Technology(NIST) for the purpose of conducting market research. A solicitation is not currently available, and unsolicited proposals in responses to this RFI will not be accepted. The NIST, Gaithersburg, Maryland is conducting market research for the following : DRAFT STATEMENT OF WORK - The Contractor shall provide the technical expertise required to technically lead an American National Standards Institute (ANSI) approved standards development task group and to acquire technical expertise in the area of smart card standards. The National Institute of Standards and Technology (NIST) requires these services to further its objective to accelerate approval of standards in support of homeland security requirements and to meet the requirements of Homeland Security Presidential Directive-12 that mandates government-wide, interoperable, and secure identity credentials. 1.CONTRACTOR REQUIREMENTS - The Contractor shall serve as Chair of an American National Standards Institute (ANSI) approved standards development task group governed by the InterNational Committee for Information Technology Standards (INCITS), B10.12 Integrated Circuit Cards and Interfaces, as a technical expert on the International Organization for Standardization/International/Electrotechnical Commission (ISO/IEC) standard ISO/IEC 24727 – Identification Cards – Integrated circuit cards programming interfaces, and as a ISO/IEC 24727 technical project editor. B10.12 is a task group (TG) of the INCITS technical committee (TC) B10 Identification Cards and Related Devices. In the capacity of TG technical leader, the Contractor shall also serve as the U.S. technical advisory group (TAG) representative to the international workgroup, International Organization for Standardization/International/Electrotechnical Commission Joint Technical Committee 1 on Information Technology, Subcommittee 17 on Cards and Personal Identification, Work Group 4 (ISO/IEC JTC 1/SC17/WG 4) on integrated circuit card and identity technology. In the capacity of an ISO/IEC 24727 expert, the Contractor shall serve as a subject matter specialist on related matters and as project editor for ISO/IEC 24727. In agreeing to provide these services, the Contractor assumes responsibility, in accordance with INCITS procedures, to manage the entire work program of INCITS B10.12 TG and abide by ISO/IEC directives as the U.S. TAG to an international body. Responsibilities shall include the interface with each of the members of the B10.12 TG. Further, interface and a robust working relationship with the Chair and national member bodies of ISO/IEC/JTC 1/SC 17/WG 4 is required to ensure the timely progression of the work. Responsibilities shall include coordination of expert technical guidance from INCITS as INCITS is the U.S. Technical Advisory Group (TAG) for ISO/IEC JTC 1/ SC 17/WG 4. In his/her capacity as the ISO/IEC 24727 technical expert, the Contractor will have thorough knowledge of the technologies supported by this standard, its technical framework, and its application. The Contractor shall be thoroughly knowledgeable in ISO/IEC JTC 1, ANSI, and INCITS procedures, policies, and directives to include best practices. The Contractor shall be highly experienced and have a proven track record of success in developing INCITS and JTC 1 standards, the ISO/IEC JTC 1 standards development process, and proven contribution and leadership in ISO/IEC JTC 1/SC 17/WG 4 standards activities. The Contractor shall technically lead all B10.12 meetings. The Contractor shall be technically knowledgeable about integrated circuit card technology, its application, and related standards. The Contractor shall be thoroughly knowledgeable with the responsibilities of the role of an ISO/IEC JTC 1 project editor and shall have evidentiary experience in this role. The Contractor shall be thoroughly knowledgeable with the multi-part standard, ISO/IEC 24727 – Integrated Circuit Cards and Programming Interfaces. In particular, the Contractor will be thoroughly knowledgeable with Part 3 of this standard. The Contractor should be knowledgeable about the architecture and technical elements of this standard to include interfaces, language bindings, ASN.1 representations, authentication protocols, differential identity mechanisms, ICC command sets for identity, authentication, and signatures services, and biometric services. The Contractor shall have documented experience in contributing to elements of the ISO/IEC 24727 APIs and bindings. The Contractor shall be able to bridge technical and architectural content and discussions between ISO/IEC standards and industry standards participants (e.g. Global Platform) as needed. The Contractor shall interact with other agencies and organizations on matters related to ISO/IEC 24727. The Contractor services shall also include formulating, through consensus building at the national level, the U.S. requirements and positions in response to international data calls for comment and ballots on ISO/IEC 7816, 10373, 24727, 24787, and other standards that may be added to the WG4 and WG11 work programs. The Contractor shall be responsible for advocating said U.S. requirements and positions at international plenary meetings of ISO/IEC/JTC 1/SC 17/WG 4. The Contractor may also attend ISO/IEC/JTC 1/SC 17/WG11 and ISO/IEC/JTC 1/SC 17 annual plenary meetings. At the national level, the Contractor shall conduct and facilitate meetings, ensuring that the conduct of such meetings is in accordance with ANSI/INCITS directives. The Contractor shall be knowledgeable and familiar with the ISO/IEC JTC 1 directives. The Contractor shall take into account the various nation contributions and reflect the strategic direction of the B10.12 and B10 at all international venues. Following the meetings, the Contractor shall be responsible for monitoring and ensuring timely action on each of the resolutions approved during the meeting. At international plenary meetings, the Contractor shall serve as the U.S. head of delegation as required. The Contractor shall prepare a meeting report that accurately reflect the decisions of the subcommittee and report to B10.12. At the national and international level, the Contractor will serve as the project editor for ISO/IEC 24727-2. REPORTING REQUIREMENTS AND DELIVERABLES 2.1-Quarterly Progress Reports -The Contractor shall submit to the COTR in either electronic or hard copy format a Quarterly Progress Report that documents the following: - Work progress of INCITS B10.12, -Meeting schedules, agenda, minutes, and approved resolutions during International Plenary Meetings of INCITS B10.12, -ISO/IEC 24727 technical contributions, -Work progress of ISO/IEC 24727. 2.2 Due Dates, Base Period Due dates for B10.12 and ISO/IEC 24727 activity will vary since the work is predicated by variable ANSI/INCITS and ISO/IEC schedules and milestones (respectively). Due dates for deliverables will be based on these schedules, with deliverables being due no later than 30 days from announced milestone dates. Progress reports will be quarterly, based on contract award date. -2.3 Due Dates, Option Periods: Due dates for B10.12 and ISO/IEC 24727 activity will vary since the work is predicated by variable ANSI/INCITS and ISO/IEC schedules and milestones (respectively). Due dates for deliverables will be based on these existing schedules with deliverables being due no later than 30 days from announced milestone dates. Progress reports will be quarterly, based on option year contract award date. 4.INSPECTION AND ACCEPTANCE CRITERIA -The COTR will monitor performance through inspection and acceptance of the Quarterly Progress Report. 5.TRAVEL All travel must be pre-approved by the COTR. The estimated travel requirements in support of this work statement shall include: ­four domestic trips, four days each to include travel days ­three international trips, seven days each to include travel days – Europe ­one international trip, nine days to include travel days – Asia Exact travel dates are dependent on national and international deadlines and milestones but the Contractor shall have at least a 30-day notice of any meeting. 6.INVOICING -The Contractor shall invoice on a quarterly basis. ****************END DRAFT STATEMENT OF WORK*****************. Any organization responding to this RFI notice shall have the capabilities to provide the services of the NAICS code 511130. NIST is especially interested in receiving input from small businesses who can meet the above described capabilities. HOW TO RESPOND TO THE SOURCES SOUGHT NOTICE- Potential sources that possess capabilities to perform the aforementioned services are encouraged to respond to this notice and provide the following information: 1) Detailed narrative describing the company/organization’s current capabilities that are directly relevant to the aforementioned work; 2) Description of each similar project completed by your company/organization as a prime Contractor or as a significant Subcontractor within the past three (3) years, including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of the project’ (c) contract type used on the project (e.g., firm-fixed price, labor-hour, time-and-materials, cost plus-fixed fee, cost-plus-award-fee and cost plus-incentives-fee, etc); (d) indication of how long the project took to complete from start to finish; and (e) name, address, point of contact and phone number of the customer organization for which the work was done. 3) Current socio-economic status of your company as it relates to North American Industrial Classification System (NAIC) code listed above. 4) Indication of whether your company currently has an active registration in the Central Contractor’s Registration at www.ccr.gov. Your submission must be received by 5:00 PM EST on Thursday, May 7, 2009 by email to : Mario.Checchia@nist.gov. The capability statements shall be not more than twenty (20) pages on 8.5” x 11” paper, with 1” margins and a 12 point, commonly used font such as, Courier New or Times Roman in length. The Government reserves the right to contact any of the submitters to attain further market research. This contact may be in the form of direct Government/Submitter meeting(s). THIS REQUEST FOR INFORMATION/SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. RESPONSES SHALL NOT INCLUDE COST OR PRICING INFORMATION. PLEASE DIRECT ANY QUESTIONS REGARDING THIS RFI/ SOURCES SOUGHT NOTICE BY EMAIL TO mario.checchia@nist.gov BY CLOSE OF BUSINESS April 29, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db24cd487f9385575ba6c7b35cdc5e05&tab=core&_cview=1)
 
Record
SN01801272-W 20090426/090424221214-db24cd487f9385575ba6c7b35cdc5e05 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.