Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOURCES SOUGHT

D -- Public Key Infrastructure (PKI) Engineering and Technical Support

Notice Date
8/19/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PKI_Engineering_And_Technical_Support
 
Archive Date
9/10/2009
 
Point of Contact
Brittney Kramper, Phone: 6182299327, Aaron D Schwarz, Phone: 618-229-9475
 
E-Mail Address
brittney.kramper@disa.mil, aaron.schwarz@disa.mil
(brittney.kramper@disa.mil, aaron.schwarz@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Information Systems Agency (DISA) Public Key Infrastructure (PKI) Engineering and Technical Support Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance (PEO-MA), is conducting this Request for Information (RFI) as market research to determine sources with CORE competencies and demonstrated experience in Net Centric Assurance capabilities. Areas of focus include the implementation and operation of Public Key Infrastructure (PKI) and the DoD evaluation and integration of implementation techniques such as directory services, net centric security services, biometrics, privilege management and secure information sharing. PKI satisfies the DoD's net-centric assurance requirement for confidentiality and authentication of network transactions, identification, verification of data integrity, and non-repudiation of communications or transactions. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for PKI contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with Public Key Infrastructure system development and accreditation, policy development and approval, product evaluations, and technical support of deployed systems. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the DISA in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Currently, DISA-MA IA4 has 2 distinct contract efforts, one for PKI Program Management and one for PKI Engineering and Technical Support. If acquisitions are pursued to replace these existing contracts, and a vendor plans to submit a proposal for both contract efforts, a plan to avoid potential OCI must be included in the proposals. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Please note that personnel with current DoD Secret clearances (minimum) and specified personnel with current DoD Top Secret clearance will be required at contract award. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type, scope, and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS) and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities in the areas of Enterprise IT Policy and Planning, Integrated Solutions Management, Requirements Analysis and Operations Support in support of the DoD PKI program office in order to perform the following: a) Describe your experience managing the programmatic and functional activities associated with major PKI system development, implementation and operations and interoperability with external PKI's. The experience should include DoD PKI systems that maintain and upgrade 3 or more roots CAs, multiple issuance CAs and the capacity to issue certificates to over 4 million individuals annually. The certificates issued should include authentication, signing and encryption. Also, the experience should include but is not be limited to: staffing which possess, at a minimum, a current DoD Secret clearance and specified personnel with current DoD Top Secret clearance; and maintaining a contract workforce of at least 3 FTEs. b) Describe your experience in providing the Government with engineering and technical support for research and analysis of current and emerging design concepts and technologies in PKI used to generate an engineering blueprint for integrating external PKI, and develop reference implementation guides. This should include experience in analyzing commercial products, market trends, testing global information sharing capabilities for use within the DoD. c) Describe your experience with DoD unique PKI requirements for Identity Management security services and understanding the current and future PKI architectures in order to conduct engineering feasibility studies. d) Describe your experience in providing technical support in developing PKI required documents to include; Certificate Policy, Certificate Practice Statements, statement of procedures, architectural overviews, configurations guides and test plans.. e) Describe your experience in System Engineering of current and future commercial and military information assurance systems in support of the deployed joint Warfighter. f) Describe your experience in the areas of PKI directories (e.g. Global Directory Service) and directory service products (e.g. Red Hat Directory Server, Radiant One Virtual Directory Server). g) Describe your experience with conducting IT classroom training for government personnel. h) Describe your knowledge and experience of the Federal Bridge Certification Authority and other PKI Bridges cross certification and trusting external PKIs. Responses: Responses to this Sources Sought Notice are to be submitted by e-mail to PEO_IANACQUISITION@disa.mil and RECEIVED NLT 26 Aug 2009, at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB mail limit for all items associated with the Sources Sought Notice response. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. 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 RFI 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. Points of Contact: Contract Specialists: Brittney Kramper Phone: 618-229-9327 E-Mail: brittney.kramper@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PKI_Engineering_And_Technical_Support/listing.html)
 
Record
SN01918661-W 20090821/090820001621-8c79e9cc40bbdb1f8f20383c716d549c (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.