Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
MODIFICATION

D -- HSPD-12 Shared Services

Notice Date
7/14/2006
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for Service Development Acquisitions (TQD), 10300 Eaton Place, Fairfax, VA, 22030-2213
 
ZIP Code
22030-2213
 
Solicitation Number
TQ-CM-06-0001
 
Response Due
7/24/2006
 
Archive Date
8/24/2006
 
Description
New Notice: Questions regarding the revised SOW dated and issued 7.14.06 shall be submitted to the Contracting Officer via e-mail at clare.mcfadden@gsa.gov by 4PM EDT on Tuesday, July 18, 2006. Combined Synopsis/Solicitation CONTRACTING OFFICE ADDRESS GSA Clare T. McFadden, Contracting Officer FTS Office of Acquisition 10300 Eaton Place, Room 561 Fairfax, VA 22030-2213 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with this notice and attached SOW. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation No. TQ-CM-06-0001 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The following provisions are incorporated by reference and are therefore applicable to this acquisition: 52-212-2 Evaluation ? Commercial Items Offerors should reference additional information provided below regarding the evaluation of offers, and instructions to offerors. Only those offers conforming to this combined synopsis/solicitation will be considered 52.212-3 Offerors Presentations & Certifications ? Commercial Items 52.212-4 Contract Terms & Conditions --- Offeror are required to supply a completed copy of the Provision at 52-212-3. Offeror Representations & Certifications ? Commercial items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. Only Electronic Proposals will be accepted in response to the RFP. Offers should be sent to the Contracting Officer at the following address: clare.mcfadden@gsa.gov Questions regarding this combined synopsis/solicitation should be e-mailed to the Contracting Officer at the e-mail address listed above. Telephone or Fax requests will not be accepted. Homeland Security Presidential Directive 12 (HSPD-12), issued by President George W. Bush on August 27, 2004, mandates the establishment of a standard for identification of Federal Government employees and contractors. Accordingly, the Government is seeking a contractor capable of providing an end-to-end HSPD-12 system. Six business processes describe the major functions to be provided (1) Sponsorship (2) Enrollment (3) Adjudication (4) Issuance (5) Activation (6) Credential Usage. This SOW will be comprised of two milestones. Continuation from one milestone to the next is contingent on successful completion of the previous milestone. The milestones are as follows: (Milestone #1) Demonstration Test. Demonstration and successful completion of business, functional and system interface requirements in test environment. Enrollment of an applicant and the printing of a PIV II compliant card for the enrollment applicant. Due Date: Twenty (20) business days after award. ?Completed Setup? Review. Demonstration and successful completion of all requirements in production hosting environment, except for training and service requirements. Enrollment of 8 PIV II card applicants with one enrollment station in a two hour time period. Complete Certification & Accreditation (C&A) documentation required for a Systems Test & Evaluation (ST&E); and Support IV&V review. Contractor must use GSA approved products upon completion of the C&A documentation. Due Date: September 29, 2006. (Milestone #2) Initial Deployment. Successful implementation of one enrollment station in up to four federal buildings identified by the Government. The four locations are: Seattle, Baltimore, New York, Washington D.C. (Locations may change). Successful completion of all requirements. Enrollment of 8 PIV II card applicants through each of the 4 enrollment stations in a 2 hour time period. Due Date: October 20, 2006. Declarations of Operations. Successful operations of all requirements. Creation of 24 PIV II cards within an eight hour period through each of the four enrollment stations. Establishment of automated interface system to the SIP for automatic upload of sponsored applicants and adjudicated results. The HR automated interface shall support the management of personnel identity, sponsorship, and adjudication information. (Including card and certificate suspension and revocation based on employment status.) Successful implementation of enrollment scheduling tool. There is an expectation of travel (within the US) to be provided by the Contractor to provide on-site support for the deliverables of this milestone. Due Date: November 17, 2006. Evaluation - Past Performance and Price Proposal instructions. The Proposal is limited to 10 pages. (1) Past Performance Proposal. The contractor shall provide evidence of capability to deliver large-scale integrated biometric identity management systems in the last 3 years and rapidly deploy biometrically based credentialing programs. Include information on: Enrollment stations (build, support at remote locations, configuration management) Enrollment managed services (providing registration operators for stations) Secure and highly available hosting of technical infrastructures Card life cycle events including addressing on-board PKI certificates Overall help desk/call center capabilities Logging, auditing, alerting and reporting of information System enhancement and modification processes and procedures The contractor shall provide evidence of capability for completing Government C&A by NIST standards. The Contracting Officer will provide a past performance questionnaire to offerors by June 13, 2006. The Government may supplement the information you provide with performance information it may obtain from any source including its own experience with your firm (or Subcontractor or Teaming Partner). In the event the government conducts its own reference checks with respect to past performance, this will be included in the evaluation. Price proposal will consist of one part (1) fixed price for Milestones 1 & 2 (software, equipment, materials and services); and (2) a fixed price per seat (costing per seat is defined as a single identity record, a PIV card, and three PKI certificates). Award will be made to the responsive offeror(s) submitting a proposal that is considered to be a best value for the Government. The Government contemplates multiple awards, but reserves the right to make a single award. Past Performance will outweigh price. The Government reserves the right to award without further discussions based on its evaluation of initial proposals submitted in response to this announcement. The SOW and Appendices are included as part of this combination synopsis/solicitation. For a microsoft word compatible version, of the SOW and Appendices, e-mail the Contracting Officer and it will be provided by return e-mail. A Pre-Proposal Conference will be conducted Friday, June 30, 2006 at the offices of the General Services Administration at 10304 Eaton Place. The conference will begin at 9AM. Offerors questions regarding this RFP, if any, shall be submitted by e-mail directly to the Contracting Officer not later than 12 NOON EDT, Thursday, June 29, 2006.
 
Place of Performance
Address: Seattle, WA; Washington DC; Atlanta, GA; New York, NY
 
Record
SN01089855-W 20060716/060714221928 (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  © 1994-2020, Loren Data Corp.