Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2008 FBO #2470
SOLICITATION NOTICE

70 -- MIDDLEWARE SOFTWARE

Notice Date
8/29/2008
 
Notice Type
Presolicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Bureau Of Indian Affairs, Branch of Acquisition, 545 Marriott Dr, Suite 700, Nashville Tennessee 37214
 
ZIP Code
37214
 
Solicitation Number
RMS00080020
 
Response Due
9/10/2008
 
Archive Date
9/11/2008
 
Point of Contact
Ken Lloyd, Contracting Specialist , Phone No. 615-564-6970, Fax 615-564-6529<This requirement is set aside for Tribally Own Firms and 8(a) participant firms who have the ability to act as an agent of the software manufacturer/seller. PURPOSE: The BIA is seeking firms capable of selling a off the self middleware software in support of the Department of Interior (DOI) 2 Factor Authentication project The estimated number of users for the this project is at least 26,000 federal employee. In order to use PIV cards for logical authentication, DOI must purchase a middleware software product that is FIPS 201-compliant to support the Windows, Linux, Solaris, and Mac OS and workstation platforms in use at DOI. The procurement of middleware software enables DOI to make use of HSPD-12 PIV cards and its existing hardware, including smartcard readers and the ESN VPN, to implement 2-factor authentication for remote access. NOTE: no hardware is required for this project but the seller is encouraged to provide a separate hardware listing as required for its middleware software to function. CONTRACT TYPE: The BIA intends to award one or more FIRM FIXED PRICED Indefinite Delivery Indefinite Quantity (IDIQ) contract/s to capable sellers, authorized resellers, or partners of the software manufacturer. This is a combined synopsis and solicitation for commercial items prepared in accordance FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items and 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. The RFQ number for this solicitation is RMS00080020. If your company can provide a FIPS 201 compliance middleware software product to meet our multiple workstation platform requirements listed in this solicitation, please submit your quote under solicitation number RMS00080020 on or before September 10, 2008. Contractor shall be currently registered with CCR @ www.ccr.gov. SOFTWARE PRODUCT: Looking to purchase ActiveClient v6.0 or any other middleware product with equal functionalities, specifications, and FIPS 201 compliance standard is acceptable. The middleware product shall allow the FIPS 201-compliant PIV card and reader to communicate with the Windows, Linux, Solaris, and Mac workstation operating system. The middleware software must be in compliance with FIPS 201/PIV Certified by NIST, US General Services Administration (GSA) Basic Services Interface (BSI), and Section 508 compliant (NO EXCEPTIONS). The middleware technologies must have 1024 and 2048 bit RSA, encryption, X.509 certificates, PKCS # 7, 10, 11, and 12, Microsoft CAPI 2.0, SSL, S/MIME, Symmetric Key, and Cryptography (SKI): DES, triple DES, ANSI X9.9 (NO EXCEPTIONS). The middleware software functionalities must include Secure VPN compatibility with multiple remote access solutions, Console for administering cards, including PIN change and unlock card, Support for remote desktop and thin client solutions, Support for a wide range of applications and PKI services, Support for automatic software updates, Support for remote and centralized (local) post-issuance card/cert updates, User console for end-user to review and manage their smart card and credentials, Digital Certificates: Certificate viewer, import/export user and CA certificates, Change Pin/unlock card, Initialize/reset card, Generate OTP in synchronous or challenge/response mode, resynchonize event counter, Remote and centralized post-issuance card updates. CONTRACTORS QUALIFICATION/CRITERIA: In accordance with FAR PART 9.103, the contractor must be responsible and responsive. Meaning that the contractor must have the ability to deliver and in a timely manner. The seller can be the manufacturer of the software, a reseller, or partner of the software manufacturer. The contractor must be a qualified sellers, partners, or resellers of the manufacturer of the product. The contractor must have the ability to delivery upon request an estimated 30,000 copies of the middleware software to support multiple agencies at multiple locations throughout the Western US. AVAILABILITY: The BIA will make an initial purchase of software for 1750 users from one seller. The number of licenses for each of the four separated Windows, Linux, Solaris, and Mac operating systems is not available at this time. The initial 1750 middleware product will be deliver to a Herndon Va location and shall be available for purchase and use at the time of the contract award. PRICING: The seller must provide an itemize software pricing as required to support the separate systems. If one software will support all four operating system, then the seller must indicate that in it quote. GSA Schedule pricing is welcome but not required: Sellers may either provide a GSA Schedule price quote or Open Market quote. If quote is with a GSA Schedule, the middleware software must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers offering Open Market software must be Seller's name or the Seller must be able to document its ability to act as an reseller or partner the manufacturer and upon approval from the soliciting Contracting Officer. Seller price shall indicate free shipping, include all shipping charges or state that shipping will charged per location. Price shall also include or provide a any sellers discounts and shall provide delivery terms. Workstation platforms are Windows, Linux, Solaris, and Mac operating systems: CLIN 001. Initial order: 1750 ea Middleware software including maintenance and premium support. QTY: price per license for Windows $______________: Linux $______________ Solaris $______________ Mac $______________ Annual Licenses Renewal for 1750 licenses $___________. CLIN 002. Tier I platform delivery orders for less that 1000 Middleware software including maintenance and premium support QTY: :price per license Windows $______________: Linux $______________ Solaris $______________ Mac $______________ Annual Licenses Renewal per license $______________. CLIN 003 Tier II platform delivery orders between 1000 to 4500 Middleware software including maintenance and premium support QTY : price per license Windows $______________: Linux $______________ Solaris $______________ Mac $______________. CLIN 004 Tier III delivery orders 4500 or more Middleware software including maintenance and premium support QTY: price per license Windows $______________: Linux $______________ Solaris $______________ Mac $______________ Annual Licenses Renewal per license $______________. The annual license renewal cost shall be firm fixed price and shall include any Department of labor annual escalation cost. Contractor Criteria: PERFORMANCE PERIOD: The anticipated award date will be on or about September 22, 2008. Contract ceiling will not exceed $3.5 million or 5 years in duration whichever comes first. The Government reserves the right to exercise any of the 4 contract option years before the expiration of the base contract period, if the contract ceiling is met in the base period or before contract duration has been exhausted or nearly exhausted. The seller must agree to a guaranteed one time minimum purchase for life of the IDIQ contract to include any additional options of 1750 software licenses. ORDERING/DELIVERY/ LOCATION: The IDIQ contract will be established so that the Department of the Interior (DOI) , its Bureaus, regions, and field offices can issue Delivery Order to purchase the middleware software for their individual offices. The number of software to be order by each office will vary. The multiple offices are located throughout the Western US. SUBMISSION REQUIREMENTS: Capable and qualified sellers, which meet the requirements described in this solicitation are encouraged to submit I copy of it Firm Fixed Price Quote and a list of any authorized resellers, subcontracting resellers, or certified partners who can received delivery orders to deliver y the manufacturer product. Quote should include the software license Agreement, registration information if any, associated terms and conditions, support contact information if any, and Section 508 accessibility certification as necessary to make an award. Quote must receive in my office no later than 3:30 p.m. on September 10, 2008. Include the contractors DUNS number and solicitation # RMS00080020 in the quote. Quote shall include its capability statement to provide this product. Seller submitting a quote must provide a name, email address and telephone number for the sellers representative. This information will be used to negotiate an award and provided to DOI and its agencies to coordinate and issue delivery order the established IDIQ contract award. Seller failing to provide this information with their submission can be considered non-responsive and the proposal will be rejected. Offer must be submitted via email to Kenneth.lloyd@bia.gov or may be mailed to Eastern Region Acquisition Office, Attn: Ken Lloyd, 545 Marriott Dr, STE 700, Nashville TN 37214 or may be faxed to 615-564-6529. RFQ must be received by 2:00 p.m. on September 10, 2008. For information on this acquisition contact Mr. Ken Lloyd at 615-564-6970. The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry.<br />
 
Small Business Set-Aside
Total Small Business
 
Description
No Description Provided
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bdf14114450141a142c8da6fcc41d248&tab=core&_cview=1)
 
Place of Performance
Address: n/a<br />
Zip Code: n/a<br />
 
Record
SN01655464-W 20080831/080829221211-7bde9ecef47a4b56bce97470bd62b352 (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.