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
SOURCES SOUGHT

70 -- Physical Access Control

Notice Date
1/29/2007
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DKTD07CB003S
 
Response Due
2/12/2007
 
Archive Date
2/27/2007
 
Description
1. REQUEST FOR INFORMATION: Physical Access Control a. The General Services Administration (GSA) is soliciting input from industry regarding the Physical Access Control (automated authentication and authorization for access to Department of Defense (DoD) bases and facilities) and Vetting processes (background checks, security clearances, and visitor access) as described below beginning with the section titled General Requirements. The information obtained as a result of this RFI is intended to be utilized in the development of future acquisitions that may or may not require the work and services as described below. The Government may request meetings with the candidates to provide more in-depth technical briefings and/or demonstrations as necessary. The Government may also request an actual site visit to a location where the solution is in operation and discussion with those clients. b. Vendors are requested to submit the following information regarding technical capabilities, industry information and industry recommendations: i. Methods of providing access control to DoD bases and facilities and providing access control data across regions. ii. Methods on providing access control data to automated gates. iii. Methods of providing rules-based access control software that links authorized personnel with their registered vehicles and links authorized personnel to personnel being sponsored for access. iv. Methods of providing automated law enforcement data to physical security personnel to include the ability to capture and maintain an audit history capability of who and how many people enter the base. v. Methods of providing authenticated verification of identity (target - two to six seconds per person). This must include simple equipment operation for security force personnel. vi. Methods of conducting background checks on non-DoD personnel to include the average costs of conducting background checks, issuing cards, and providing Access Control Point equipment to include costs charged to participating companies, request all costs to be separately itemized. Describe the method(s) of registering participants, ability to safeguard participant information, turn-around time from application to completion of background checks and response back on applications, to include proposed hours of operation. vii. Demonstrated experience and capability to provide and maintain the system. viii. Describe the type of identification (ID) card used and capability of technology proposed to record and validate ID cards as they pass through Access Control Points (ACPs). ix. Proposed system and equipment reliability, maintainability and availability. x. Provide the specifications/description of the equipment used by the contractor that emits or receives radio frequencies for the Access Control Points, the communications infrastructure requirements and a brief description of your training and maintenance plans to ensure ACP operability. xi. Phase In Plan, describe the Phase-In of the set-up. xii. Recommendations regarding type of contract/task order, incentives, and other factors that the industry believes or knows will impact the execution and administration of this statement of work. xiii. Phase Out / Transition Plan, describe the Phase-Out/ Transition Plan that will be used at the end of the contract period. c. Please submit all inquiries and responses via email to: Christina Bates, Project Manager (Christina.bates@gsa.gov) Telephone inquiries/submissions will not be accepted. 2. GENERAL REQUIREMENTS: a. The DoD is seeking information on automated, secure physical access systems. The DoD is seeking vendor solutions that provide real-time, online, integrated, credential verification, identity authentication, and access authorization system. This Physical Access Control (PAC) effort is designed to increase physical security by allowing access to valid DoD credential holders, and by vetting visitors and vendors who frequent DoD facilities and installations and providing these vendors servicing DoD facilities and installations, a method to more quickly gain access to these facilities to conduct official business. b. Participation in this Project, on the part of vendors desiring access to DoD facilities, is voluntary. Key components of this Project include: demonstration of software; demonstration of architecture, demonstration on the ability to credential those who are not authorized DoD credentials, demonstration of the ability to complete background checks on companies and employees, the implementation of authentication and credentialing capabilities. c. The Contractor shall be required to: i. Interface with the Defense Manpower Data Center (DMDC) databases, web services and regional infrastructure for authoritative data on DoD personnel and interface with other databases thus improving security and access control. Software communication between DMDC and external systems is handled through web services and standard interfaces. ii. (NOTE: Physical access systems, identity management systems, and other types of systems communicate with DMDC Web Services (DWS) with Simple Object Access Protocol (SOAP) messages. To request data from Defense Biometric Identification System (DBIDS), these systems must be able to connect directly or wirelessly to a regional network and send SOAP request messages and receive SOAP response messages. Integrated systems become network nodes acting as a service requestor. These nodes send a SOAP request message to the DMDC web service (DWS) which acts as a Service Provider. The DWS retrieves the requested data and sends a SOAP response message to the Service Requester. A client program connecting to the DMDC web service can read the Web Service Definition Language (WSDL) document to determine what functions are available from the Service Provider. The client can then use SOAP messages to call one of the functions listed in the WSDL document for DMDC web service. Clients format SOAP messages with specific DMDC data requests. The DMDC web service formats SOAP response messages that contain the requested information, or an error message indicating the information could not be found.) iii. Capture fake/lost/stolen ID cards - An automated process which identifies that the credential being presented was reported as lost/stolen. iv. Link identity verification and credential verification. v. Take multiple biometrics at enrollment which enables biometric matching later. vi. Revoke base access and transmit the revocation to all access points in the infrastructure. vii. Capture and maintain an audit history capability of who and how many people enter a facility. viii. Limit access based upon Force Protection Conditions (FPCONs). ix. Provide an authenticated verification of identity (target - two to six seconds). x. Provide simple equipment operation for security force personnel. xi. Provide a method for Participant companies to enroll in the program. Enrollment shall be made available at each participant installation and facility. xii. Conduct Background Screening on Participating Companies and Selected Personnel. xiii. Conduct screening for visitors. xiv. Meet all privacy, Federal Information Security Management Act (FISMA), networthiness, privacy, security and regulatory requirements. 2. GEOGRAPHIC AREA OF COVERAGE: Worldwide to include Europe, Southwest Asia, South Korea, Japan, Guam, Continental United States, Alaska and Hawaii, the Bahamas, Puerto Rico, other U.S. Territories and Possessions. NOTE: This RFI is also being issued via eBuy under DKTD07CB003S.
 
Record
SN01221486-W 20070131/070129221028 (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.