Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOURCES SOUGHT

70 -- Software with ability to access data...

Notice Date
4/19/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFI-11-1012
 
Archive Date
5/11/2011
 
Point of Contact
Aminta Freeman,
 
E-Mail Address
aminta.freeman@ssa.gov
(aminta.freeman@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Sources Sought Notice Solicitation Number: Reference-Number-SSA-RFI-11-1012 Posted Date: 04/19/2011 Original Response Date: 04/26/2011 Original Archive Date: Current Archive Date: Classification Code: 7030 ADP SOFTWARE Contracting Office Address Social Security Administration, Deputy Commissioner, Budget, Finance and Maintenance, Office of Acquisition and Grants, 7111 Security Boulevard, Baltimore, MD, 21244. Background Social Security Administration (SSA), Office of the Inspector General (OIG) seeks a contractor with the ability to access data from local, state and federal databases including access to criminal and motor vehicle databases on the state level, and National Criminal Information Center (NCIC) Interstate Identification Index (III) criminal history queries. This software must be a browser based application compatible with BlackBerry devices using GSM/GPRS cellular data services, as well as Internet Explorer. The software must be available in a version that can be used on handheld devices as well as on a Windows Based laptop or desktop, and must be compatible with Windows XP, Windows Vista Enterprise, and Windows 7. The application must provide a customized data field that will support auditing and agency reporting. Maintenance, training, and support services shall also be provided. Our Investigators often work alone in remote areas and do not have access to traditional law enforcement database terminals while working in these areas. Implementation of this software would give our agents the ability to access critical information anywhere, by using their smart phone devices. This software is a critical piece of a nationwide communication plan needed for the OIG OI, and will enhance overall officer safety and efficiency. FUNCTIONAL REQUIREMENTS 1.0 Mandatory Requirements The vendor is required to have a current ability, as well as experience, in transmitting and receiving Interstate Identification Index (III) criminal history queries to and from the National Criminal Information Center (NCIC) through National Law Enforcement Telecommunications System (Nlets) message switching system. The vendor is also required to have current ability and experience in accessing State and local government criminal records and motor vehicle information. The contractor must provide authentication and authorization with device logon procedures employing user name and password coupled with Criminal Justice Information System (CJIS) end-to-end Data Encryption Standard (DES) ensuring the security of the data. The software shall have the ability to provide an audit trail tracking each request for later analysis. The contractor shall utilize the National Institute of Standards and Technology's (NIS) Advances Encryption Standard (AES), as required by CJIS Security Policy, to protect sensitive (unclassified) information. The AES libraries must be FIPS 140-2 certified in accordance with CJIS Security Policy. OIG must be notified 24 hours in advance of any scheduled service outages. 2.0 General Requirements Software shall include fully integrated query capability with secure, wireless access to local, state and federal databases. The software shall be accessible on GSM/GPRS cellular data services, using Internet Explorer. 2.1 Data Requirements The contractor's software shall provide the SSA OIG with the following capabilities: • Must be available 24x7 access • Software must be able to generate reports to track: • Connections • Logons, logoffs • Field Data Collection (name, date, time etc.) • Failed logon attempts 3.0 Software Requirements • The contractor shall be able to provide service in all 50 States, Puerto Rico and the District of Columbia. • Software for laptop/desktop computers must be Windows based, and be compatible with Windows XP, Windows Vista Enterprise, and Windows 7. • Must have access to NCIC Interstate Identification Index (III) criminal history queries. • Ability to refuse query requests containing empty data fields. • Software will be a browser based application with no resident software on OIG devices required. • Ability to refuse query requests containing empty required data fields. 4.0 Security Requirements • Shall meet or exceed all CJIS and NLETS security requirements, policies and procedures. • Shall be FIPS 140-2 Compliant with 256 bit AES encryption. • Shall maintain records of all queries and responses to allow for an audit trail of the usage. These records shall be maintained for a minimum of 3 years in accordance with 7.13 of the Nlets Security Policy and FBI CJIS Policy. • Termination or suspension of users' access shall be completed within 24 hours of notice from authorized OIG officials. • User access shall be suspended after 3 failed logon attempts. Reinstatement of suspended users/accounts shall be initiated within 24 hours of notice by authorized OIG officials. 5.0 Operations and Support Requirements 5.1 Billing and Documentation • The contractor shall provide a means for OIG to access reports for audit of usage. • For report purposes, users will be identified utilizing user name identification. • Reports may be printed on local SSA OIG printers or saved as a downloadable electronic file in a format agreeable to SSA OIG. • The contractor is required to provide a single point of contact for any billing issues and questions. 5.2 Inventory Control • The SSA OIG requires extensive record keeping on the part of the contractor. Contractor will be required to keep all necessary records to support audits for compliance with CJIS/Nlets requirements. • The minimum required inventory elements shall be: o User name o Phone number o All query information obtained by user with dates and times o Data field customized to record data deemed necessary by the agency containing a minimum of 10 alphanumeric characters. 5.4 Support • The contractor shall notify the COTR and designated personnel via pre-specified E-mail addresses of any service problems or planned maintenance shutdowns that would inhibit use. • The OIG expects the contractor's best effort to repair malfunctioning software within 24 hours. • The contractor shall provide a central point of contact that the OIG will work with specific to customer support. While the OIG does not anticipate a need for all types of customer support around the clock, this central point of contact needs to be available 24x7x365. At a minimum, around-the-clock support is necessary for troubleshooting all software failures. OIG will adhere to all policies and procedures to notify applicable parties of unauthorized use of software. • The contractor shall provide a toll free number for reporting software difficulties and for inquiring on the status of problems. 55222 5.5 Training • The contractor shall provide training for the COTR and a minimum of three other OIG employees if necessary. The training shall cover how to use the software and administrative management. The training must include an overview of the software, available queries, "canned" and custom reporting tools, and the export procedure to the Microsoft Office Suite format. The training shall be conducted within 2 weeks of the Government's request. The contractor shall also provide any applicable literature on the software provided. • Contractor shall have a method of training Investigators on a nationwide basis. • User guides, electronic or paper, shall be provided. The solution shall be compliant with Section 508 Electronic and Information Technology (EIT) Accessibility Standards. Interested vendors must provide verifiable proof in sufficient detail to demonstrate their ability to meet the SSA's requirement, see URL site http://www.ssa.gov/oag/acq/oagacq_508.htm. Vendors having the capability to meet the above requirements are invited to submit complete details. The responses must clearly state how their product provides the ability to meet the above requirements. Interested parties shall respond to this notice within 7 calendar days from date of this publication. Vendors responding shall indicate whether their services are available on the GSA Federal Supply Schedules. Pricing data may be submitted. This is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the data received. No contract award will be made on the basis of responses received; however, this information will be used in SSA's assessment of capable sources. No Faxed responses. Requests for copies of a solicitation will not be honored or acknowledged. No formal solicitation is being issued at this time. Please submit electronic responses only to the contract specialist identified herein. NOTE: There is a size limit for e-mail: No submission shall be greater than 5 MB. Original Point of Contact Aminta Freeman, Contract Specialist, Email aminta.freeman@ssa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-11-1012/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02427843-W 20110421/110419234607-cb436e3d8999778b8c48006f854c8b9c (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.