Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
MODIFICATION

N -- Procurement of Personal Identity Verification (PIV) Integration Contractor Support

Notice Date
3/15/2007
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (3TS), The Strawbridge Building 20 North 8th Street, 10th Floor, Philadelphia, PA, 19107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GST0307R3337
 
Response Due
4/30/2007
 
Archive Date
5/15/2007
 
Description
The synopsis posted on 3/14/2007 is hereby revised to correct the length of the contract from "a base period of 12 months and five (5) twelve month option periods" to "a base period of 12 months and four (4) twelve month option periods", and to also correct the specified FIPS compliance from FIPS-102 to FIPS-201. The corrected synopsis is as follows: The Federal Technology Service of the General Services Administration (GSA), intends to issue a Request for Proposal (RFP) to procure Personal Identify Verification (PIV) Integration Contractor support for a Personal Identity Verification (PIV)-II solution for Treasury Departmental Offices (DO) and Bureaus. The Government will award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, with a base period of 12 months and four (4) twelve month option periods. Firm Fixed Price task orders will be issued under the resultant IDIQ contract. Proposals will be accepted only from eligible Integration Contractors who are currently on the GSA approved list of HSPD-12 Integration Service providers, and all products proposed must be from approved product Contractors as mandated by OMB Memo M-06-18. This requirement will provide an end-to-end PIV solution that is compliant with FIPS-201 and NIST Special Publications. This requirement will be initialized in various phases throughout the lifecycle, ultimately covering all Treasury, and possibly Bureau, specific requirements. The contractor shall provide the following support: 1) deliver an End-to-End PIV solution that is in compliance with FIPS 201 and NIST Special Publications; 2) provide customization of the acquired End-to-End PIV solution to meet Treasury and Bureaus specific requirements as documented in the System Requirement Report (SRR) and System Architecture Report (SAR); 3) provide full integration of the PIV solution within Treasury and Bureau network infrastructure and Treasury PKI; 4) provide all PIV solution components, develop installation packages of hardware & software, and deliver installation instructions for bureau-level components of the PIV solution; 5) support Operations and Maintenance of the deployed system in such areas as Help desk support, defect resolution, and training; 6) support Bureau specific implementation of PIV processes. This procurement will utilize a ?best value? source selection process to enable selection from among high quality contractors for this procurement ultimately resulting in a single award. For this procurement, technical factors when combined are more important than price. The Technical evaluation factors are listed in descending order of importance as follows: ?Technical Approach?, ?Management Plan?, ?Corporate Experience & Past Performance,? and ?Extent of Participation of Small Disadvantaged Business (SDB) Concerns?. Competitive formal source selection procedures will be used as set forth in FAR 15. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the government. Therefore, proposals should be initially submitted on the most favorable terms. The Request for Proposal (RFP), consisting of the solicitation and all attachments, will be issued and posted electronically on the www.fedbizopps.gov website. Any questions regarding this synopsis should be directed to Kristin L. Markiewicz, GSA Contract Specialist, at (215) 446-5808 (Kristin.Markiewicz@gsa.gov) or James B. VanAllan, GSA Contracting Officer, at (215) 446-5843 (James.VanAllan@gsa.gov). This procurement is being conducted under full and open competition on an unrestricted basis under NAICS Code 541990. The solicitation should be available on or about 03/29/2007.
 
Place of Performance
Address: Various locations throughout the United States.
Zip Code: 22102
Country: UNITED STATES
 
Record
SN01252351-W 20070317/070315222810 (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.