Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
MODIFICATION

99 -- Mobile Interface Component - Solicitation 1

Notice Date
8/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-12-I-PCI109
 
Point of Contact
Wendy M Stevenson, Phone: 202-475-3214, Judy Suttles,
 
E-Mail Address
wendy.stevenson@uscg.mil, judy.suttles@uscg.mil
(wendy.stevenson@uscg.mil, judy.suttles@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined synopsis/solicitation HSCG23-12-R-PCI109 Relevant Past Performance Questionnaire (Attachment 3) Relevant Past Performance Reference sheet (Attachment 2) Performance Work Statement (Attachment 1) This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), HSCG23-12-R-PCI109, to obtain a component for U.S. Coast Guard (USCG) Integrated Health Information System (IHiS) to allow USCG medical providers and healthcare staff to access and update electronic medical records using mobile devices. Scope includes system design, implementation, support, and provisioning at 43 USCG clinics and one support facility in the United States, including Puerto Rico and Guam. The Contractor shall provide services to assist the USCG in this effort and as further described in the attached Performance Work Statement (PWS) (Attachment (1)). The Contractor shall use proven COTS items; the USCG is not willing to pay for development of the solution design. The USCG requires CAC authentication for network access. The Contractor shall use existing USCG certificate systems to authenticate CAC credentials. The deadline for submitting a proposal package is: Wednesday, August 29, 2012 at 2:00 PM, EST. See attachments 1 - 4 for further details. Sources Sought Notice HSCG23-12-I-PCI109 for IHiS Mobile Interface Component THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. There is no solicitation available at this time. This Sources Sought Notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government will not pay for any materials provided in response to this notice. If a solicitation is later released, it will be synopsized in FedBizOps. It is the potential business concerns responsibility to monitor this site for the release of any synopsis or solicitation. The U.S. Coast Guard (USCG) seeks companies who have a secure mobile solution (i.e., that can provide wireless access points integrated with the USCG network and provide access to USCG application through smart phones and tablets), and the capability to provide, implement, and pilot the solution at two USCG clinics, then (based on pilot results) rollout out to 40+ clinics throughout the USCG. The USCG is seeking a proven COTS capability and is not willing to pay for the development of the solution. The solution will be used to access the USCG Integrated Health Information System (IHiS), providing the ability to view medical information and document medical care in nearly any type of mission setting (e.g. chair/bed-side during examinations; remotely for physician review of labs; remotely at disaster recovery sites). IHiS uses the Epic electronic health record system. Users access the system via a Citrix session. The solution must meet the following requirements: 1)The solution shall provide secure mobile access to the IHiS. 2)The solution shall provide IEEE 802.11b/g/n wireless access at clinics as an extension of the USCG OneNet network. 3)The solution shall allow tablets and smart phones to access IHiS over 3G/4G cellular networks as well as wireless access points in clinics. 4)The solution shall provide tablets and smart phones with the capability to VPN to the Coast Guard OneNet network per FIPS 140-2. 5)The solution shall provide both User authentication using Common Access Card (CAC) and Device authentication for each session, ensuring only authenticated users on authorized devices are connected to the network. 6)The solution shall provide the capability of using the existing USCG enterprise certificate, Active Directory, to provide additional authentication credentials which enables user/device permissions to be set (e.g. query Active Directory for user information and reject/deny/authorize users). 7)The solution shall include the use of soft certifications to allow users on mobile devices to authenticate without having to read the certificate on the CAC for each session. This requirement is in addition to 5.2.1.e, which requires a CAC for each session. 8)The solution shall utilize an architecture extendable to multiple mobile platforms, including Android and iOS. 9)The solution shall not provide for storing any Personally Identifiable Information on the mobile devices. 10)The solution shall provide an enterprise management and monitoring tool for the network allowing complete visibility into the devices and users connected, providing the capability for the USCG to perform both Mobile Device Management and application management, including: a.managing the wireless network across the enterprise from at least two locations b.enforcing network security policies c.monitoring wireless activities d.providing centralized authentication and control of all the access points at the individual clinics e.ensuring that only those devices registered and providing correct certificate based credentials will be permitted to establish a connection to an access point f.monitoring performance g.administering roaming of wireless connections between individual access points to provide users with a seamless wireless experience 11)The solution shall work without modifying the USCG applications. Attached to this Sources Sought Notice is a draft RFP providing information regarding how the Mobile Interface Component is anticipated being implemented within the USCG. Capability statements in response to this market research shall include the following: (1) company information, including company name, address, point of contact, and telephone number; (2) a description of the solution, including software, telecommunications, hardware components; (3) completion of Table 1 identifying how the solution meets each of the requirements identified above; (4) a description of the company history with regard to (a) how the solution was developed and tested; and (b) prior experience with implementation of the solution; and (5) a statement of business size and classification (small business, 8(a) concern, veteran-owned small business, HUB Zone small business, small disadvantaged business, emergent business, women-owned small business or large business) with North American Industry Classification System (NAICS) Code 541519. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results with regard to the evaluation of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. Capability statements shall be limited to no more than ten pages (including Table 1) and sent directly to: judy.suttles@uscg.com. Only electronic responses will be accepted and shall be submitted no later than 30 March 2012. Please direct any questions or responses to this synopsis via email to judy.suttles@uscg.com. NO VERBAL QUESTIONS/REQUESTS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-I-PCI109/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02839304-W 20120816/120815001136-ca2134b5017d6fef4519f8c1b3b3ba39 (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.