Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

70 -- PIV Cards (personalized)

Notice Date
7/7/2020 3:24:20 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMDTC-20-2518
 
Response Due
7/15/2020 7:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Hunter Tjugum, Phone: 3019752015
 
E-Mail Address
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
 
Description
INTRODUCTION This is a Small Business Sources Sought (SBSS) notice. 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 businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses 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. �� � This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. � Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. �The notice is strictly for research and information purposes only.� The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government�s potential requirement. �All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541519 Information Technology Value Added Resellers with size standard 150 employees. BACKGROUND The Computer Security Division in the Information Technology Laboratory at the National Institute of Standards and Technology (NIST) conducts research, development, and outreach necessary to provide standards and guidelines, mechanisms, tools, metrics, and practices to protect the nation's information and information systems. The CSD has a potential requirement for PIV Cards to be personalized according to unique NIST-related specifications.� In response to Homeland Security Presidential Directive-12 (HSPD-12), Policy for a common Identification Standard for Federal Employees and Contractors, FIPS 201-2, Personal Identity Verification (PIV) of Federal Employees and Contractors, was developed and approved. HSPD-12 called for the creation of an identity credential for federal employees and contractors. �The PIV and FIPS 201 revision efforts include the inventory of PIV test cards. These test cards facilitate the development of applications and middleware that support the PIV card. �This acquisition is needed to support the NIST Special Database 33 for PIV Test Cards. Peronsalization services to be applied on the PIV cards using requisite software is required.� Purpose and Objectives�� � The purpose of this potential acquisition is to obtain 1,380 PIV cards in accordance with the specified minimum technical specifications manufactured and produced on a Brand-Name-or-Equal basis to the existing ID-One PIV 2.4.1 on Cosmo v8 Cards. The existing ID-One PIV 2.4.1 on Cosmo v8 Cards�are manufactured by and previously purchased from Idemia Identity & Security USA LLC, located at 11951 Freedom Dr Fl 18, Reston, VA, 20190-5640, USA. Project Requirements� Offerors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Products offered must include those salient physical, functional, or other characteristics of the items identified in this notice that are manufactured by Idemia Identity & Security USA LLC and deemed essential in meeting the government�s needs.� � Specifically, the following are considered essential characteristics of this potential requirement, or its equal: Card Body: �Composite plastic (PVC/PETF) �� � Mag Stripe: None Pre-printing/ Artwork: Optional Pro service hours for Setup and Design of electronic file and exchange profile for card data and file exchange process Pro Service hours for Setup and Design of graphical printing layout and format for Front and back of card Electronic Personalization� Graphical Personalization (Front and Back) Products offered must be essentially equal to the supply described in this solicitation, which specifically includes the following manufacturer part name and quantity: Name: ID-One PIV 2.4.1 on Cosmo v8 Quantity: 1,380 Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice shall document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished.� Delivery/Warranty Offerors must indicate an estimated delivery time in full after receipt of an order and any training or warranty or software licenses applicable, and/or if extended years of service coverage are available or applicable in accordance with the manufacturer�s standard commercial item practice. A fixed-price purchase order type of contract is anticipated. Inspection and acceptance will be performed at NIST, located at 100 Bureau Drive, Gaithersburg, MD 20899-0001. CAPABILITY STATEMENTS/INFORMATION SOUGHT� Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order. � Respondents that believe that they are manufacturers or authorized re-sellers of the equipment specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order. � The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required.� �� � The response is limited to ten (10) pages. �The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. �� � Respondents must reference the subject announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and be received prior to the closing date specified in this announcement. � CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f32d9a1d279a4466962ed414eef41fce/view)
 
Record
SN05714075-F 20200709/200707230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.