Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

R -- TRI-INTERFACE CARDS

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
070022
 
Response Due
2/9/2007
 
Archive Date
2/10/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALS ITEM(s) PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH THE ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A WRITTEN SOLICITATION WILL NOT BE ISSUED. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. THIS IS A FULL AND OPEN COMPETITION REQUIREMENT. THE NAICS code is 326199. The Assistant Secretary for Administration and Management intends to award a contract for Tri-interface Java cards. This award will enable HHS to procure Personal Identification Verification (PIV)-compliant smart cards in accordance with (IAW) Homeland Security Presidential Directive 12 (HSPD-12). The award is for one year with four option years. HHS will make an initial purchase of 75,000 smart cards in the base year and will have the option to purchase up to 225,000 additional smart cards in the option years: a total ceiling of 300,000 smart cards. These smart cards will be designed to meet the objectives of HSPD-12 and the Federal Information Processing Standard (FIPS) 201-1. FIPS 201-1 defines the overall technical requirements and the foundation of the common identification standard of the PIV smart card. The ?tri-interface? PIV-compliant smart card is the only PIV-compliant smart card on the market today that meets the FIPS 201-1 PIV standard and the Department?s specific interoperability requirement for physical access and provides the capability to meet the future, mandatory 2048-bit encryption key handling and the functionality of JAVA containers for Global PIN Single Sign On (SSO) applets for logical access. The HHS logical access control requirement calls for a Global PIN Single Sign On (SSO) applet only available with the Oberthur smart card. The smart cards must have passed the National Institutes of Technology (NIST) PIV certification and the offeror must be on the General Services Administration (GSA) approved HSPD-12 vendor list. Description of Supplies\Services Required: A. Card Production Service Ability to provide smart card manufacturing in an ISO 9001:2000 secured facility within the United States with a backup production facility also in the United States to produce smart cards with the following capabilities: 1. FIPS 201 fully certified PIV End Point Smart Cards. http://csrc.nist.gov/npivp/PIVCardApplicationValidationList.htm#1 The PIV II Card platform shall use Java 2.2 and Global Platform 2.1.1 or later. The fully certified PIV II Card must include HID Prox technology inside the card to support either HID 125kHz Prox or Indala 125kHz Prox in addition to the ISO 14443 specification. The card must support both 1024 and 2048 RSA keys and offer a post issuance key upgrade capability to replace 1024 bit keys with 2048 keys. 2. FIPS 140-2 fully certified PIV End Point Tri-Interface Smart Cards, with the following security levels: Roles, Services, and Authentication: Level 3 Physical Security: Level 3 EMI/EMC: Level 3 Design Assurance: Level 3 Overall: Level 2 1. Printing Secure Printing Features on the card during manufacturing to prevent outside entities to duplicate or create HHS?s PIV II smart cards as a flash pass. The PIV Card shall contain security features that aid in reducing counterfeiting, are resistant to tampering, and provide visual evidence of tampering. HHS will adopt the Optical Variable ink (OVI) ?Great Seal? microprinting and\or UV. 2. All physical card stock shall be tightly controlled and accounted for. F. Card Pre-Personalization Ability to perform the following electrical steps prior to card personalization: 1. Initialization of the Card Platform 2. Loading of a PIV End Point Applet Suite 3. Creation of PIV containers with sizes customized to fit HHS?s needs including flexibility allowing configuration of the size of all PIV containers, whether mandatory or optional, to optimize memory (EEPROM) resources. 4. Option to be able to create additional containers outside of NIST PIV Name Space Management to allow storage and retrieval of Agency specific information with various Access Control Rules (ACR). 5. Optional Card Single Sign-on Application that provides a unified Cardholder Verification method. G. Card Graphical Personalization Personalization, whether graphical only or graphical and electrical, must be performed in an USA-based certified facility. At least one back-up personalization facility must be available and must also be located in the USA. All personalization facilities must be ISO 9001-2000 and SAS 70 certified with recognized commercial interests such as VISA, MasterCard or American Express. The personalization steps shall include: 1. Setting up of card surface printing template in accordance with the specific needs (optional FIPS 201-1 fields) of HHS. 2. Reception of an input file from the HHS card management system that contains the variable data to be printed on the card. 3. Card surface personalization with cardholder data (i.e. Name, Photograph, expiration date, Card identification number, Issuer Identification Number, etc.) using high-end professional personalization equipment. D. Chip customization during Graphical Personalization The chip customization process shall include the following steps: 1. Loading a diversified Global Platform keyset to secure the chip. The keyset shall be exchanged with the issuer through a key ceremony. 2. Linking electronic data with visual data by loading the IIN and CIN numbers provided in an input file and printed on the card. 3. Optional loading of the Card Holder Unique Identifier provided in an input file. 4. Secure Loading, in each PIV instance, of the Personalization Key encrypted by a Transport Key and provided in an input file. The Transport Key shall be exchanged with the issuer through a key ceremony. 5. Setting up every chip with a unique Key transport key unknown to the Personalizer or Finalizer. 6. Locking of the card platform so that no commands can be issued to the card before it is unlocked. 7. Shipment of cards directly to designated HHS sites. The number of sites shall be no less than 13 and no more than 20 and all shall be within the continental US. References: A. Homeland Security Presidential Directive 12 (HSPD-12), Policy for a Common Identification Standard for Federal Employees and Contractors (http://www.whitehouse.gov/news/releases/2004/08/20040827-8.html); B. Office of Management and Budget (OMB) Memorandum M-05-24, dated August 5, 2005, Implementation of Homeland Security Presidential Directive (HSPD) 12 --Policy for a Common Identification Standard for Federal Employees and Contractors (http://www.whitehouse.gov/omb/memoranda/fy2005/m05-24.pdf); Federal Information Processing Standards 201-1 (FIPS 201-1) (http://csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.pdf The Government reserves the right to re-negotiate the per card costs and number ordered for each option year based on Department needs, available technology, and additional competition in the market. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.*TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. AWARD WILL BE MADE ON THE BEST VALUE TO THE GOVERNMENT. An award will be made in ten (10) days from the date of this notice. Sources may submit a quote, which fully demonstrate their capabilities, which will be considered by the agency. All responses or questions regarding this posting MUST BE IN WRITING and can be sent via email to gbriscoe@psc.hhs.gov. PLEASE PROVIDE TWO COPIES OF YOUR RESPONSE. NO ELECTRONIC RESPONSES WILL BE ACCEPTED. NO PHONE CALLS WILL BE ACCEPTED.
 
Place of Performance
Address: Continental United States
Zip Code: 20201
Country: UNITED STATES
 
Record
SN01221083-W 20070131/070129220227 (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.