SOURCES SOUGHT
D -- Identity and Access Management Solution - RFI Questionaire
- Notice Date
- 2/18/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL110RI20897
- Archive Date
- 3/19/2010
- Point of Contact
- Myla Gale, Fax: (202) 693-4579
- E-Mail Address
-
gale.myla@dol.gov
(gale.myla@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Identity and Access Management Questionaire Request for Information - Identity and Access Management Solution DOL intends to award using a HUB-Zone certified small business set-aside, an 8(a)certified small business set-aside, a small business set-aside or under full and open procedures. If at least two responsible HUB-Zone certified small business concerns are determined by the Government to be capable of performing this requirement, the requirement will be solicited as a 100% set-aside for HUB Zone certified small business concerns. If two or more HUB Zone certified small businesses are not found capable, but two or more 8(a) certified small business concerns are, this requirement will be solicited as a 100% (8)a certified set-aside for small business concerns. If two or more 8(a) certified small business concerns are not found capable, but two or more other small business concerns are, this requirement will be solicited as a 100% small business set-aside. If capability packages are not received from at least two responsible small business concerns by the response date of March 4, 2010, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. Only small businesses (regardless of particular concern set-aside) are to submit capability packages. Interested small businesses that are certified and qualified as a HUB Zone, 8(a) or small business concern in NAICS code 541519 with a size standard of $25.0M are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the areas specified below. Background On August 27, 2004, President George W. Bush issued Homeland Security Presidential Directive 12 (HSPD-12) which requires: 1) the creation of a common standard for forms of identification issued by the Federal government to its employees and contractors, and 2) the means to leverage that credential for access to computer systems and physical buildings. The U.S. Department of Labor does NOT currently utilize a single-point integrated electronic identity management system based on defined workflows and policies, to centrally manage on-boarding of users and applications, provisioning / de-provisioning, authentication, and overall life cycle management of identities. The solution sought will also enable single point authentication to support logon to integrated DOL information technology systems. DOL is planning to embark on an Identity and Access Management (IAM) implementation in order to meet the requirements of HSPD-12. As such, the Department of Labor is interested in surveying the Identity and Access Management market, to assess technological and functional capabilities. Instructions and Response Guidelines Small businesses are to outline their experiences in the following: Past Performance, Technical Capability in providing and integrating Identity Management Solutions. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please complete the document in Attachment 1, Market Research for DOL Identity and Access Management Capabilities. Please indicate whether your existing product meets the capabilities listed in the attachment by filling in the appropriate response. In the "Meet - Yes/No" column, fill in with a "yes" if your solution currently includes the capability for that function and "no" if your system does not have the capability. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, DUNS number and CAGE CODE number. A FFP contract or Time and Material or Hybrid of both contract types are anticipated. The anticipated period of performance is TO BE DETERMINED. The primary places of performance will be at contractor site and in Washington D.C. Contractor personnel may require a current clearance. This (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted, for the vendor-sponsored demonstration or the Government's use of such information. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. All interested parties must submit their responses via email gale.myla@dol.gov and stevens.william@dol.gov. Questions regarding this RFI will NOT be entertained at this time. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make an award to an 8(a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RI20897/listing.html)
- Place of Performance
- Address: Department of Labor, 200 Constitution Ave, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN02068869-W 20100220/100218235437-2a5fb8b58b421573415ec6fe5251db02 (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 |