SOLICITATION NOTICE
R -- Defense Information Systems Agency (DISA) Enterprise-Wide Systems Engineering (EWSE) - Dynamic Access Control Framework
- Notice Date
- 4/26/2012
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design 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
- HC1028-12-R-0044
- Point of Contact
- Trevor K Whitaker, Phone: 618-229-9234
- E-Mail Address
-
trevor.whitaker@disa.mil
(trevor.whitaker@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Information Systems Agency (DISA) Enterprise-Wide Systems Engineering (EWSE) has a principal mission to provide architectural, systems engineering, and analytical support for the End-to-End (E2E) interoperability standards and technical implementation guidance development for DISA, the Department of Defense Chief Information Officer (DoD CIO), and other Global Information Grid (GIG) stakeholders to ensure effective and functionally integrated capabilities across the GIG in support of DoD business, warfighter mission and intelligence requirements. Specifically, the DoD CIO has identified Identity and Access management (IdAM) as the foundation for accessing future information services. The need for a consistent real time dynamic access control capability for DoD is identified as one of the DoD top Information Technology (IT) priorities. Multiple IdAM frameworks exist within the Federal government and DoD but have fragmented lexicons and interface definitions. There is a need for a synchronized framework with a focus on architectures and implementation guides that define the common services and interfaces. These documents will facilitate the development and implementation of a DoD wide dynamic access control capability. Prior work by the EWSE GIG Authentication and Access Control (GAAC) Integrated Product Team (IPT) started addressing the issue with a Dynamic Access Control Framework white paper that provided a recommended lexicon and ontology. These definitions provided a framework for organizing the access control issues and a basis for future work. The objective of this task is to leverage this and other prior work to further develop technical architecture artifacts and implementation guidance. This requirement is sponsored by DISA/EWSE to develop various architecture artifacts and implementation guides and to conduct the supporting engineering analyses. In some cases, implementation guidance may be formulated and submitted as formal guidance known as a GIG Technical Profile (GTP). The scope and primary focus of these products will be organized around various topics areas derived from the "Access Control Framework GTP" and other sources. These include: 1) Access Control Policy Enforcement Point (PEP) / Policy Decision Point (PDP) Architecture, 2) Domain Attribute Service, 3) Access Control Policy Store/Service, 4) Directory Services for Authorization. The artifacts associated with these areas are intended to support the transition from the current, disparate "as-is" access control implementations towards a "to-be" converged enterprise service which provides service interfaces to support both communities of interest (COIs) as well as autonomous systems and domains. An additional objective is developing artifacts that facilitate dynamic access control transition and implementation. Among the cases to be supported is the transition from local access, such as a single COI, reliant on identity based access control (IBAC) or role based access control (RBAC) methods, towards access control using an enterprise level service using a combination of attribute based (ABAC) and policy based access control (PBAC) methods. The work will involve review and analysis of relevant existing and emerging policy, implementations, architectures, concept papers and requirements. The work will also involve synthesis and technical analysis of candidate technical approaches to potentially include modeling and simulation and the development of recommended dynamic access control architectures and implementation guidance. Review of existing literature, coordination and technical exchange with other related efforts within the DoD and Federal Government, and application of subject matters expertise will be required. In accordance with Federal Acquisition Regulation (FAR) Part 6.203, the Government intends for this acquisition to be offered for competition limited to eligible Small Business Concerns. This procurement will be 100% set-aside for Small Business Concerns. The period of performance will be one year from contract award with one (1) one-year option. The estimated start date is 10 September 2012. The National American Industrial Classification Standard (NAICS) code for this procurement is 541512. The solicitation and all related documents will be posted at this site. Instructions for submitting questions and proposals will be given at the time the solicitation is released. The resulting award will be Best Value Trade-Off, with non-cost factors being significantly more important than cost. If at anytime the Government determines that the requested services are no longer required, the Government reserves the right to not make an award. The Government also reserves the right to award without discussions. Proposals will be due after Request for Proposal (RFP) release date. All responses from responsible Small Business Concerns will be considered for evaluation and award of the contract. Oral communications are not acceptable. All inquiries regarding this requirement shall be submitted electronically and directed to Trevor Whitaker, Contracting Specialist, at trevor.whitaker@disa.mil. The estimated date in which the Request for Proposal (RFP) for this acquisition to be uploaded to FedBizOpps is 11 May 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-12-R-0044/listing.html)
- Record
- SN02732326-W 20120428/120426235758-621acc4364e244641b74324b5159333f (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 |