Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

D -- DoD Public Key Infrastructure Program Management and Engineering Support

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PL83110027
 
Archive Date
12/1/2012
 
Point of Contact
Ellen T. Crain, Phone: 6182299679
 
E-Mail Address
ellen.crain@disa.mil
(ellen.crain@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Defense Information Systems Agency (DISA) Program Executive Office - Mission Assurance and Network Operations DoD Public Key Infrastructure Program Management and Engineering Support CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency, Defense Information Technology Contracting Organization (DITCO), 2300 East Drive, Scott AFB, IL, 62225-5406 DESCRIPTION: The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance/ (PEO-MA), is conducting this Sources Sought as market research to determine sources with competencies to promote information assurance by supporting the DoD Public Key Infrastructure (PKI) Program Management and Engineering effort. The Net Centric Assurance capabilities include the Department of Defense (DoD) Public Key Infrastructure (PKI) as the mechanism for providing public key certificates that support mission critical DoD applications. PKI satisfies the Department's information assurance (IA) requirement for confidentiality and authentication of network transactions, identification and verification of data integrity, and non-repudiation of communications or transactions. The DoD PKI is a large scale enterprise infrastructure system supporting over 3.5 million users with credential management. The PKI program issues more than 200,000,000 Certificates, Certificate Revocation List (CRL) sizes are approximately 200 MB and over 7 million certificates are issued and revoked daily. There are 15 CAs and supporting systems and CA databases. Support requirements include vulnerability assessments, infrastructure research and design improvement, policy updates supporting infrastructure engineering and procedure changes, training, auditing, certification and approval, and working with external certificate authorities. The Government would like to understand the small business capabilities and understanding regarding current and future DoD PKI architectures and risk management approaches. Management and programmatic functional activities associated with major PKI systems includes development, implementation, operations, training and external PKI interoperability. Support includes at minimum 8570 Level II/III requirements and current DoD Secret clearance. Some tasks include Top Secret clearance requirements. Two task orders currently serve to meet the requirements identified in this sources sought notice. Both are held by Booz Allen Hamilton, a large business. The task orders are 0014 and 0015 on the incumbent's Encore II contract, HC102808D2015. The life-cycle end date for the task orders are February and March, 2013, respectively. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS SOURCES SOUGHT. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this sources sought marked Proprietary will be handled accordingly. Responses will not be returned. Whatever information is provided in response to this Sources Sought will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for PKI Program Management and Engineering Support. In accordance with FAR 15.201(e), responses to this Sources Sought are not offers and cannot be accepted by the Government to form a binding contract. All interested small business contractors are requested to provide written response to the questions below. A response to this Sources Sought is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Small Business Community to provide the required capabilities. SOURCES SOUGHT: This Sources Sought Synopsis is requesting responses to the following criteria small businesses under the North American Industry Classification System (NAICS) Codes 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, and Small Business Teaming Partners. Please identify your company's category and list the contract vehicle(s) your solution may be acquired through in your response. T his information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. All interested vendors are requested to provide a written response to the questions below. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partnering would be combined to meet the specific requirements contained in this Sources Sought. REQUESTED INFORMATION: Interested vendors are requested to submit a maximum ten page statement of their capabilities. Please describe your experience with respect to the following: •a) Providing the Government with engineering and technical support for research, analysis and documentation (i.e.: Certificate Policy, statement of procedures, architectural overviews, configurations guides and test plans) of current and emerging design concepts and technologies in PKI used to generate an engineering blueprint for integrating external PKI and develop reference implementation guides. This should include experience in analyzing commercial products, market trends, testing global information sharing capabilities for use within the DoD and military information assurance systems in support of the deployed joint Warfighter as well as operational systems evaluation in order to generate, update and evaluate required system engineering documentation. (This could include but not limited to SyML and DoDAF documentation and diagrams and is applicable to both individual system and enterprise infrastructure components.) •b) Information warfare, prevention of cyber attacks, red team, white team, and table top events relevant to securing enterprise infrastructures. Include discussion of results presentation at the executive as well as the engineering levels. The information should include process, tools, and other measures used to secure enterprise infrastructures •· pre-release and/or released Warning Orders (WARNORD) •· Fragmentation Orders (FRAGO) •· Communication Task Order (CTO) •· Other directives to extrapolate effects to the infrastructure. •c) Experience with PKI system development, implementation, operations and interoperability with External Certificate Authority (ECA) program and vendors. Include the following topics as applicable: •· Certificate issuance (certificates issued should include authentication, signing and encryption) •· Validity period of certificates •· Certificate Revocation List (CRL) •· CAs (i.e. operating on the same network concurrently as well as independently) and supporting systems, including CA databases •· Certificate issuance/revocation •d) Providing operational support in the following areas: •· Conducting IT classroom training for government personnel and developing Computer Based Training (CBT). Describe your ability to host classroom training. •· PKI directories, directory service products and middleware for both Windows and Linux operating systems •· Federal Bridge Certification Authority and other PKI Bridges cross-certification and trusting external PKIs •· Your certification to manage and conduct Certificate Practices Statement (CPS) compliance audits on Certificate Authority (CA), Robust Certificate Verification System (RCVS), Registration Authority (RA), Local Registration Authority (LRA), and DOD and CNSS CAs •· Certificate issuance to Non-Person Entities (NPE), to include windows and Linux issuance models to support large scale infrastructures, including issuance capability from a central trusted source across several unique non-hierarchical infrastructures RESPONSES: Responses should include the (1) business name, address and brief background; (2) name of company representative and their business title; (3) Business Size (for small businesses include type of small business); (4) DUNS and Cage Code; (5) Tax Identification; (6) Applicable NAICS code(s); and (7) contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than ten pages in length. Address the capability questions posed above. All Questions regarding this Sources Sought shall be submitted in writing by email to richard.m.klein8.civ@mail.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 8 November 2012 will be answered. Firms who wish to respond to this Sources Sought should send responses via email NLT 16 November 2012 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the Sources Sought response. Interested vendors should forward their capabilities and other information to be considered to disa.meade.peo-ma.mbx.acquisition@mail.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing this Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83110027/listing.html)
 
Place of Performance
Address: Contractor's site at Ft. Meade area, United States
 
Record
SN02923403-W 20121103/121101235050-c2f3200f008e4b399dbb4a8360bd76c3 (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.