Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
DOCUMENT

R -- Immediate PIV Issuance - Attachment

Notice Date
1/12/2018
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q2695
 
Archive Date
2/11/2018
 
Point of Contact
Matthew Newell
 
E-Mail Address
0-9691<br
 
Small Business Set-Aside
N/A
 
Description
VA OFFICE OF IDENTITY, CREDENTIAL, AND ACCESS MANAGEMENT PERSONNEL SECURITY AND CREDENTIAL MANAGEMENT PIV NEXTGEN PIV SOLUTION AND PROGRAM MANAGEMENT Request for Information for Immediate PIV Issuance Requirement This is a request for information (RFI) only. Do not submit a TEP. It is requested that all contractors interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described herein. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. BACKGROUND: VA has an imminent requirement with potential impact to VA and its mission. VA requires experience in program management, project management, and business process reengineering specific to the HSPD-12/PIV environment. Given this enterprise-wide transformational change, business process and technical complexities, this initiative will require highly skilled resources with extensive demonstrated knowledge and expertise with HSPD-12/Personal Identity Verification (PIV). The NextGen PIV solution will need to align with current VA PIV, to include governance, architecture, procedures, as well as the current VA PIV operational entities across the VA enterprise. The vendor must have demonstrated knowledge of VA current s PIV operations, current as-is state, the VA PIV future-state, and VA enterprise structure. Specific tasks include: Strategic Planning, Program Startup, and Assisting with program planning. In September 2016, senior VA officials determined that VA will begin to transition to a Next Generation (NextGen) PIV solution, which will be a Federal shared services through the General Services Administration (GSA) USAccess Management Service Agreement. Due to a PKI certificate expiration issue, approximately 500,000 VA PIV cards issued by the current Card Management System (CMS) expire on or before August 6, 2018. This is an enterprise-wide crisis and VA must expedite the reissuance of PIV cards. In order to meet the 2018 reissuance goal, VA requires a contractor staff that can provide expertise in VA policies, advisories, directives and guidance for both the current CMS as well as USAccess. The contractor shall provide Subject Matter Experts (SMEs) who have demonstrated project management as well as technical HSPD-12 experience with VA s current CMS. This demonstrated experience will support activities associated with the enterprise-wide deployment of VA s NextGen PIV. SPECIFIC CRITERIA INCLUDES: Demonstrated experience and knowledge of VA s current PIV governance, the VA PIV as-is state, the VA PIV future state, VA PIV enterprise wide deployment and applications. Demonstrated experience with VA NextGen PIV solution development, planning, and implementation to rollout a hybrid approach of VA CMS and USAccess. Demonstrated experience with GSA USAccess as VA s NextGen PIV solution. Demonstrated experience conducting workforce and PIV card analysis using VA s CMS to include a correlation between VA s human resources databases and VA s Active Directory data. Demonstrated understanding of the over 200 VA PIV Issuance Facilities (PCIF) to plan for deployment of a NextGen solution to include detailed challenges/risks and complete contingency plans. Developing a governance structure and establish an Executive Steering Committee, an Integrated Project Team (IPT) structure, and associated Tiger Teams for the VA NextGen PIV solution. Providing administrative support for the IPT and Tiger Teams, including but not limited to developing and distributing meeting agendas, coordinating working group calendars and meeting invitations, coordinating contributions and feedback of work products, and facilitating collaboration and exchanging of ideas and meetings. It is requested that the contractors respond to the following questions: Provide a Technical Capabilities Statement not to exceed 20 pages detailing relevant experience/expertise and capability relevant to ALL above stated criteria (1-7). Detail your company s ability to meet the PIV issuance requirement within 45 days from contract award. Small businesses should also include information as to: the intent and ability to meet set-aside requirements for performance of this effort, if applicable information as to available personnel and financial resources Information as to proposed team members, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted SDVOSBs must indicate whether at least 50% of the cost of effort is planned to be expended for prime employees or employees of other eligible SDVOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB requirement. Please provide your responses No Later than 1/18/2018 at 5:00PM to Matthew.Newell@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0676b255a3a53b28b69154855684974a)
 
Document(s)
Attachment
 
File Name: 36C10B18Q2695 36C10B18Q2695.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4014861&FileName=36C10B18Q2695-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4014861&FileName=36C10B18Q2695-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04789543-W 20180114/180112231301-0676b255a3a53b28b69154855684974a (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.