Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
SOLICITATION NOTICE

D -- Alternate Smart Card Login Token Card Stock

Notice Date
9/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-10-T-0033
 
Response Due
9/24/2010
 
Archive Date
11/23/2010
 
Point of Contact
Undra Robinson, 7033254217
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(undra.robinsonii@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (2) The solicitation document is issued as a Request-for-Quotation (RFQ). Submit written quotations on RFQ number W91QUZ-10-T-0033. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (4) The North American Industry Classification System (NAICS) code is 511210 and the size standard is $25 million. The acquisition is a 100% Small Business Set-Aside. (5) This combined synopsis/solicitation is for procurement of the following: a. 15,000 Alternate Smart Card Login (ASCL) Token Card Stock cards with custom printing of a Department of Defense Seal logo and incremental serial numbering on the front of the cards. Contractors shall provide the unit price for the requirements listed below: DELIVERY DATE: NO LATER THAN 30 DAYS AFTER CONTRACT AWARD ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 ASCL Smart Cards 15,000 Each 0.00 0.00 (6) Statement of Work (SOW): 1.0 Introduction/ Objective: U.S. Army CIO/G6, Cyber Directorate requires the procurement of Alternate Smart Card Login (ASCL) Token Card Stock. The ASCL token is used for network users who either require multiple accounts or are not authorized a CAC. ASCL implements two-factor authentication based on a Department of Defense (DoD) Public Key Infrastructure (PKI) Identification certificate on a DoD PKI middleware-supported smart card hardware token. Each ASCL token will allow for a single login identity to be established within Active Directory to support roles such as systems administrator (SA). Multiple roles will require multiple ASCL tokens (i.e. Forest Domain Administrators, Exchange Administrators, Resource Domain Administrators, etc.). This process meets CCL implementation guidelines. 2.0 Tasks/ Requirements: The contractor shall: 2.1Providing 15,000 cards with custom printing of a DoD Seal logo and incremental serial numbering on the front of the cards 2.2Ten (10) man days of professional services for customization 2.3Profiles that are necessary for DoD to use and Public Key Infrastructure certificates must be on the Smart Card itself Hardware Tokens Specifications "Smart Card form factor "Meet Interoperability Specifications published by the National Institute of Standards and Technology (NIST) in Government Smart Card Interoperability Specification version 2.1 "Conform to the Global Platform implementation "Must have FIPS 140-2 level 2 compliance "Fully compatible with ActivClient 6.x middleware presently implemented across the U.S. Army. "Fully compatible with Card Readers presently implemented across the U.S. Army. "Must be capable of being loaded with CAC like card-side applets "Must be able to utilize CAC like card-side applets "Must be at minimum 64K to support present and future requirements Token Applets Specifications "Solution must support multiple applets to include Pin, Generic Container, and PKI. "Work with the Global Platform and Java Card Application Programming Interfaces "The PIN applets must accept security rules that match the CAC "The PIN applet must detect weak PINs "The PIN applet must have unlock capabilities "The PKI applet must manage digital certificates "The PKI applet must place certificates on card "The PKI applet must generate key, sign, delete certificates "The PKI applet must set security rules for PKI management "The PKI applet must release certificates "The PKI applet must support asymmetric cryptographic functions (RSA algorithms) "The PKI applet must support on-card PKI key generation with 512, 768, 1024, and 2048-bit keys "Follows GSC-IS v2.0 Access Control and Data Model "All applets must support Federal Information Processing Standard Certification 2.4 3.0 POC/Physical Location: Mr. Jude Roeger 2530 Crystal Drive OIA&C CAC PKI Taylor Building Sixth Floor Arlington, VA 22202 4.0 Delivery Date: The delivery date for this order must be within 30 days of the contract award date. 5.0 Invoice: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF may be obtained by visiting http://wawftraining.com/. (7) FAR 52.212-1Instructions to Offerors Commercial Items, applies to this acquisition. (8) Basis of Award: Lowest Price Technically Acceptable (9) FAR 52.212-4, Contract Terms and Conditions Commercial Items (incorporated by reference), applies to this acquisition. (10) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (incorporated by full-text), applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) x (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). x (23) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). x (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (11) The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (12) The combined synopsis/solicitation closing date and time are as follow: 25 September 2010; 12:00 PM E.S.T. Quotes shall be submitted to Undra Robinson, Contract Specialist, via Undra.Robinsonii@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1233a480f113524f2c185641c1c9d223)
 
Place of Performance
Address: OIA&C CAC PKI Taylor Building Sixth Floor Arlington VA
Zip Code: 22202
 
Record
SN02293168-W 20100924/100923000052-1233a480f113524f2c185641c1c9d223 (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.