Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
SOURCES SOUGHT

70 -- REQUEST FOR INFORMATION ONLY -- Small Business Sources Sought notice (SS) -- eSignature Integration in eQIP - Notice Number: OPM32-11-T-0027

Notice Date
5/17/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM32-11-T-0027
 
Archive Date
6/9/2011
 
Point of Contact
Lisa Adgerson, Phone: 202 606 2155, Jeffery C. Brakebill, Phone: 202-606-1991
 
E-Mail Address
lisa.adgerson@opm.gov, Jeffery.Brakebill@opm.gov
(lisa.adgerson@opm.gov, Jeffery.Brakebill@opm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Number: OPM32-11-T-0027 Notice Number: OPM32-11-T-0027 Title: eSignature Integration in eQIP THIS IS A REQUEST FOR INFORMATION ONLY. This is a Small Business Sources Sought notice (SS). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business: HUBZone small businesses; service disabled, veteran-owned small business: 8(a) small business; veteran-owned small businesses; women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industries Classification System (NAICS) code for the proposed acquisition. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for the project is 511210 - Software Publishers The small business size standard is $25.0 Background: OPM Office of the Chief Information Officer (CIO) is issuing this Acquisition Plan to provide a solution for use within the Federal Investigative Services (FIS) EPIC (Electronic investigation forms, Personnel investigation processing, Imaging & Clearance verification suite) for eQIP application to meet a Joint Reform Team approved initiative for the capture of digital signature with background investigation consent forms. The EPIC systems encompass online questionnaire entry; document imaging; case processing, tracking, and reporting; investigator reporting; interfacing to financial systems; fingerprint transactions; clearance verification; secure portal access; and a management reporting dashboard. Specifically, the Electronic Questionnaire for Investigative Processing (e-QIP) is implementing the capability to capture digital signatures on the certification and release pages produced for the Standard Forms contained within e-QIP. In response to the Intelligence and Terrorism Prevention Act (IRTPA) of 2004, the Joint Security and Suitability Reform Team (Joint Reform Team) developed a transformed process to provide further improvements to the suitability and security clearance process. The process was outlined in the Initial Report on Security and Suitability Process Reform, dated April 30, 2008, and provided a framework for an enterprise wide end-to-end process supported by appropriate IT systems to make hiring, credentialing, and clearance processes even more timely and efficient to meet IRTPA guidelines. The Joint Reform Team established the eApplication Working Groups to define requirements for the next generation of e-QIP in the 1st Quarter FY09. Through the working group it was identified that many customer agencies such as the US Army, Department of Veterans Affairs, Department of Energy, Department of Homeland Security, and others as part of the EGov initiatives have developed and deployed the ability to capture digital signatures (signature). A future phase will integrate electronic (electronic ink) signatures utilizing a stylus pad to capture a visible signature from individuals completing forms for the agencies where this capability exists. This acquisition will provide the capability to capture digital signatures within e-QIP and provide greater interoperability between FIS and customer agencies while reducing reliance on scanned paper copy. Purpose and Objectives: OPM is in the process of developing and implementing a solution that would allow the applicant to digitally sign (i.e., click to sign) the required signature pages. • Satisfies legal requirements of relevant e-signature acts • No additional software required by applicant; or if any software required, it must be available at no cost and deployable without administrative rights on the computer • Can be deployed within the OPM network and within the existing eQIP application with moderate integration • Requires no external access to the vendor's site • Usable with either Internet Explorer or Mozilla Firefox • Allows use of "Click-to-Sign" • Low impact on existing software architecture and back-end administration by OPM personnel The vendor awarded a contract under this effort will be required to provide products and services in accordance with all applicable Government regulations and standards as set forth in the request for quotes. Project Requirements: A commercial off the shelf encryption library that meets the following requirements and is or identical in specifications to RSA's BSAFE® Java library including FIPS 140 validation. • Be licensed for use in development, integration, test, production and disaster recovery environments where there is one and only one version of "production available" application • Be FIPS 140-2 Level I validated • Be implemented in pure Java (cannot require the use of Java Native Interface [JNI]) • Be implemented to be a Java Cryptography Extension (JCE) provider • Be validated on Intel x86 64-bit architecture • Be validated for use with Red Hat Enterprise Linux 5.x or 6.x (6.x preferred) • Be validated for use with the Oracle (previously Sun) Java Runtime Environment (JRE) versions 1.5 and 1.6 • Support and be validated for ALL of the FIPS approved algorithms listed below. (See http://csrc.nist.gov/publications/fips/fips140-2/fips1402annexa.pdf for complete list.) o Symmetric Key (Advanced Encryption Standard [AES], Triple-DES Encryption Algorithm [TDEA]) o Asymmetric Key (Digital Signature Standards (DSS) of types - DSA, RSA and ECDSA) o Secure Hash Standard (SHS) (SHA-1, SHA-224, SHA-256, SHA-384 and SHA-512) o Deterministic Random Number Generators (RNG) or Deterministic Random Bit Generator (DRBG) (Use seeded values) o Message Authentication (Triple-DES, AES and SHS) (HMAC) • Have at least implicit assignment of Cryptographic Officer Role and User role to enhance security • Provide technical support for implementing cryptography using the library through the maintenance contract portion of the procurement • Provide documentation on integrating library in custom code • Install as a Java Extension and perform a digital signature self-test as part of executable module's integrity checking during loading • Support external calls to PKCS#11 connected Hardware Security Modules (HSM). The use of a C library and JNI is acceptable for this functionality only • Demonstrate a history of maintaining up-to-date FIPS 140-2 validation for the cryptographic library • Demonstrate a commitment to future maintenance of up-to-date FIPS 140-2 validation for the cryptographic library • Optional requirement: Extended licensing to integrate in any and all application Java applications with the enterprise. Anticipated Period of Performance: The anticipated period of performance for this proposed acquisition will be 12-base period and 12-month option period. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning: • Whether the product meets each of the requirements and FIPS 140-2 specifications as outlined in the requirements stated above. • Whether the product is FIPS 140-2 validated and is that evidence available • Whether the offeror has delivered this identical product or a like product and maintenance/warranties to other Federal customers • Whether the offeror has a demonstrated history of maintaining up-to-date FIPS 140-2 validation and is that evidence available • Whether the offeror is committed to continuing to maintain up-to-date FIPS 140-2 validation in the future Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages (including all attachments, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement, as well as the eligible small business concern's name, point of contact, address and DUNS number. Information Submission Instructions: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Lisa Adgerson, Contract Specialist, at lisa.adgerson@opm.gov in MS Word, WordPerfect, or Adobe Portable Document Format (PDF), by May 25, 2011, 1:00 PM, EST. All responses must be received by the specified due date and time in order to be considered. Additional Information: There is no commitment by the Government to issue a solicitation, to make an award(s), or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is a strictly voluntary. This RFI is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It is the responsibility of potential offerors to monitor this site for the release of any follow-on information. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available and request for the will be disregarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM32-11-T-0027/listing.html)
 
Place of Performance
Address: U.S.O.P.M., 1900 E Street NW, Room 1342, Washington, District of Columbia, 20415, United States
Zip Code: 20415
 
Record
SN02449884-W 20110519/110517234610-0da15031a4fef0f5a880b06e1b881356 (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.