MODIFICATION
D -- Web Based Management Software
- Notice Date
- 12/10/2014
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-15-RQ-0034
- Archive Date
- 1/1/2015
- Point of Contact
- Lynda M Roark, Phone: 3019753725, Don Graham, Phone: 3019758567
- E-Mail Address
-
Lynda.Roark@nist.gov, Donald.Graham@NIST.gov
(Lynda.Roark@nist.gov, Donald.Graham@NIST.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001: December 10, 2014 The purpose of this amendment is to answer questions in response to the solicitation. Question 1: Please provide more information regarding compatibility, pertaining to Line Item 0001, specification a) Must be compatible with NIST's Base Platform, Windows 2008 R2 Server, Oracle Database (11g), and Coldfusion Web Application Server. Answer 1: The product must be compatible with the base platform that will be used to host the system. The product must be compatible to run Windows 2008 R2 Server, Oracle based and a Coldfusion Web Application Server. Question 2: Please explain what an "action plan" consists of? Pertaining to "Must provide an action plan, and a schedule for implementing the action plan". Answer 2: The action plan is referring to the IT security requirements and is stated in the Security Requirements Section. "Post contract award, the Government will perform ongoing security assessments for continuous monitoring and will inform the Contractor of identified risks. The Government will determine the risk rating of identified vulnerabilities. The Contractor shall respond to the Government with an action plan and schedule to mitigate security risks found within 30 days of notification of security risks. The Government will notify the Contractor if the action plan and schedule is acceptable. The Government will perform assessments during installation and immediately prior to use of the system. The Contractor shall implement the action plan on schedule." Question 3: Is there a specific due date based on accreditation cycle or other factors driving the timeframe? Pertaining to Deliverable's "The delivery and installation of the system shall be completed within 3 months from date of award." Answer 3: The delivery and installation of the system shall be completed within 3 months from date of award. Question 4: Are you open to a longer implementation timeframe? Answer 4: No Question 5: Have more specific requirements been defined yet? If so, can you provide a copy? Answer 5: All final requirements are listed in the solicitation. Question 6: Pertaining to Past Performance, please provide "Attachment 1" for our reference. Answer 6: Attachment one is available through FBO.gov under the solicitation number. All other terms and conditions remain unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0034/listing.html)
- Place of Performance
- Address: 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03592944-W 20141212/141210234924-1dcda8e5d566ee70da8ffce4c756d59c (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 |