SOURCES SOUGHT
D -- Policy-Based Mobile Device Management and Support Capabilities
- Notice Date
- 11/28/2012
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- 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
- PL83110030
- Archive Date
- 1/2/2013
- Point of Contact
- Tina M. Voss, Phone: 6182299266, Anne K Keller, Phone: 618-229-9504
- E-Mail Address
-
tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil
(tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Defense Information Systems Agency (DISA) Program Executive Office - Mission Assurance and Network Operations Policy-Based (i.e. location based) Mobile Device Management and Support Capabilities (PBMD) CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency, Defense Information Technology Contracting Organization (DITCO), 2300 East Drive, 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 competencies to promote information assurance by supporting DISA's cyber innovation initiative for the Department of Defense (DoD) to assess capabilities which can support DoD that exist within the current market place. The cyber innovation initiatives are the DoD Program Executive Office for Information Assurance (PEO-MA) Identity and Information Assurance research and development projects which are meant to prove out and pilot cyber information assurance concepts that fit strategically for deployment as enterprise defense solutions. The purpose of the requirement is to provide the DISA PEO-MA with the ability to rapidly and effectively implement and manage a mobile device policy management capabilities solution based on policy constraints such as location. The "Policy-Based Mobility"(PBM) pilot will acquire and evaluate a set of mobile device detection system(s), possibly one or more, consisting of wireless sensors, server and management software package, and services to manage through geospatial position as a PBM attribute within DoD environments. The effort will use mobile device detection/management solutions consisting of wireless sensors, server, management software package, and services to demonstrate and evaluate the usability of the various Contractor products and support service offerings. The Contractor shall provide a technical solution set consisting of mobile device detection/management system(s), wireless sensors, management software package, associated license(s), and training, installation and support services. DISA seeks industry partners who can respond to these objectives by delivering additional, enhanced capabilities, e.g. leveraging DoD Identity and Access Management (IDAM) capabilities for access to DoD Enterprise web-services via controlled mobile device interfaces. 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 the PBMD effort. 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. All interested contractors (both large and small) 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, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. REQUEST FOR INFORMATION: This Request for Information is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Code 541511. 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, and Small Business Teaming Partners. Please identify your company's category and list the contract vehicle(s) your solution may be acquired through in your response. This information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. All interested vendors are requested to provide a written response to the questions below. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFI, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partnering would be combined to meet the specific requirements contained in this RFI. REQUESTED INFORMATION: Interested vendors are requested to submit a maximum 15-page statement of their company's capabilities with respect to the following: 1. Describe your capabilities for evaluating and recommending changes to existing DoD Mobility Policies and implementation to adjust to future mobile workforce. 2. Describe if you have capabilities for determining what options are available to access and control specific services on a mobile devices. Describe your capability for determining possible standard mobile configuration on Government-issued mobile devices, and configuration options for mobile devices that are not Government owned. 3. Describe your capabilities for standardizing control of mobile devices and mobile device interfaces including identifying gaps in implementation. 4. Describe your knowledge of creating effective operational strategies for mobile device management. 5. Describe your knowledge of evaluating effective policy management constructs. 6. Describe your knowledge of evaluating effective mobile device management and mobile device interface management constructs. 7. Describe your available capabilities for identifying preventive measures against usurping mobile policies. 8. Describe the Mobility Management Software License(s) and Mobility sensors you can provide. 9. Describe the professional support you can provide for software and sensors integration, configuration, and engineering support. RESPONSES: Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) Business Size (for small businesses include small business category); (4) Cage Code; (5) Applicable NAICS code(s); and 6) existing contract vehicles available that would be available to the Government for the procurement of the services, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than 15 pages in length. Address the capability questions posed above. All questions regarding this RFI shall be submitted in writing by email to amanda.s.roth3.civ@mail.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 12 December 2012 will be answered. Firms who wish to respond to this RFI should send responses via email NLT 18 December 2012 at 5:00 PM Eastern Time (ET). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to Amanda Roth amanda.s.roth3.civ@mail.mil, Tina Voss tina.m.voss.civ@mail.mil, and disa.meade.peo- ma.mbx.acquisition@mail.mil. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83110030/listing.html)
- Place of Performance
- Address: DISA Ft. George G. Meade Facility, Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02938709-W 20121130/121128234746-b6bfbb35c04aab4ec8c37186929396d7 (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 |