SOURCES SOUGHT
D -- IPASS CAPABILITY (SECURE REMOTE ACCESS) SERVICES for the U.S. Department of Labor (DOL) - STATEMENT OF WORK
- Notice Date
- 4/15/2011
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL111RI21234
- Archive Date
- 4/29/2011
- Point of Contact
- Gene E. Kippins, Phone: 2026937165, Gladys Bailey, Phone: 202-693-4598
- E-Mail Address
-
kippins.gene@dol.gov, Bailey.Gladys@dol.gov
(kippins.gene@dol.gov, Bailey.Gladys@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- IPASS CAPABILITY Synopsis The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to provide DOL with iPass secure remote access connectivity. The North American Industry Classification System (NAICS) code for this request is 541519, Other Computer Related Services. The small business size is $25 million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. GENERAL PURPOSE PURPOSE The purpose of this Request for Information (RFI) is twofold: First to inform prospective vendors/integrators about the Department of Labor's (DOL) need for iPass secure remote access services. Secondly, responses to this RFI will assist DOL in understanding potential solutions, functional capabilities and experience of vendor/integrator in fulfilling DOL requirements; and to solicit input from the vendor community on DOL's planned acquisition approach. Based in part on the feedback received in response to this RFI, DOL plans to issue a Request for Proposals (RFP). Any information provided is strictly voluntary and will be provided at no cost to the Government. The requirements are as follows: 1. Network Usage: DOL has users all over the country and globe and require local dial-up numbers to the internet to reduce long distance dial-up fees. The dial-up numbers should support wired broadband, wireless broadband and cellular support as well as a general 800 number. 2. iPass Connect Universal Client: DOL requires the use of the iPass Connect Universal Client for secure remote access. The client should support any connection type used in home, mobile, and campus environments. Connection types are typically wired LAN, cellular, DSL, broadband, hot spots,and local dial-up number. The client must have the ability to present the users with all available wireless connection options based on the user's current location with automatic configuration of the wireless NIC card including SSID and WEP keys. The client must have the ability to capture windows XP and 7 login credentials for domain authentication and VPN authentication as well as run or launch a login script. The client must have the ability to enforce security application polices before an internet connect may be established and must have the ability to automatically close the internet connection if designated security applications are disabled or stop running. The client must be configurable to launch a VPN, either IPSEC or SSL. The client must encrypt end-to-end the end user credentials over wired and wireless/cellular connections. The iPass solution must log detailed information on every connection made through iPass and the contractor must provide to DOL the monthly reports detailing use and cost by user, geography, and access type. Product and solution support must be 24 hours per day, 7days per week and include automatic client and server software updates. 3. Additional Required Functio The Department of Labor requires the following functionality of the system in addition to the specifics listed above: A. Core Operational Services: · Redundant Access to Global Network · Automatic phone book updates · Automatic iPassConnect client software updates · RoamServer software and ongoing updates · VPN, PFW, AV integration · Training, helpdesk and deployment materials · 24/7 customer help desk support (tier 2) B. iPass Connect Services · Authentication realms · Customized iPassConnect profiles · Test client profiles · Ongoing iPassConnect updates C. Usage Reporting · Monthly usage reporting · Monthly detailed usage data (CDRs) 4. RFI REQUIREMENTS 4.1 Company Overview Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone(s) and e-mail address. Limit response to 1 page. 4.2 iPass Partnerships Provide a list of iPass partnerships that your company currently maintains and the type of partnership (e.g., service/solution provider, value-added reseller, etc.). 4.3 iPass Secure Remote Access Services Identify your company's experience, capabilities, and design approach in providing iPass services to federal agencies. 4.4 iPass Past Performance Experience Provide two past performances within the last three years, in which your company provided iPass services to federal agencies. Include the following information: Project Name Contract Number Title of Contract Contract Period of Performance Value of Contract Government Point of Contact and Contact Information (to include e-mail address) Were you the Prime or Sub? Whether Prime or Sub, List of Partners Specific role, responsibility & deliverables Description of Past Performance Scope (i.e.,types of iPass services provided) 5. INSTRUCTIONS AND RESPONSE GUIDELINES The response must be specific to each of the RFI requirements listed above to demonstrate that the respondent has the requisite skills and experience. Experience and past performance is requested of qualified, prime respondents only; partner or team member capabilities should not be included. Responses to this RFI shall not exceed 10 pages, must be viewable with Microsoft Word 2003, and printable on "8.5 x 11" paper. Responses must use 12 point font, the margins of each page should be at least ½ inch, and each page should contain a page number. This (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the vendor-sponsored demonstration or the Government's use of such information. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with DOL111RI21234 and are due no later than 3:00 P.M. (EST) on 26 April 2011. All interested parties must submit their responses via email bailey.gladys@dol.gov and Krist.marisol@dol.gov. Questions regarding this RFI will NOT be entertained at this time. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL111RI21234/listing.html)
- Place of Performance
- Address: U.S. Department of Labor (DOL), 200 Constituion Avenue NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN02426450-W 20110417/110415235109-bd20c3112be1cb1dea4f584692ba943a (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 |