Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
SOLICITATION NOTICE

D -- ASTM E30

Notice Date
1/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
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
SB1341-16-RQ-0120
 
Archive Date
2/13/2016
 
Point of Contact
Lynda M Roark, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Lynda.Roark@nist.gov, patrick.staines@nist.gov
(Lynda.Roark@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOUCMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-86-1) 1352.215-72 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing to the contract specialist within seven (7) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is full and open competition. All interested concerns may submit a quotation. BRAND NAME ONLY REQUIREMENT: This is a Brand Name Only requirement. ASTM Committee E30on Forensic Sciences Standards are required by OSAC to assist OSAC in strengthening the nation's use of forensic science by supporting the development and promulgation of forensic science consensus documentary standards and guidelines, determining each forensic discipline's research and measurement standards needs and ensuring that a sufficient scientific basis exists for each discipline. ASTM Committee E30 on Forensic Sciences Standards are only published by ASTM and provide forensic science standards for use by the forensic science community. BACKGROUND: This procurement is being conducted for the U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Office of Special Programs (OSP), in Gaithersburg, Maryland. On February 4, 2014, the National Institute of Standards and Technology (NIST) announced the formation of the Organization of Scientific Area Committees (OSAC). The OSAC is a collaborative body of more than 500 forensic science practitioners and other experts who represent all levels of the government, academia and industry. NIST is establishing OSAC to strengthen the nation's use of forensic science by supporting the development and promulgation of forensic science consensus documentary standards and guidelines, determining each forensic discipline's research and measurement standards needs and ensuring that a sufficient scientific basis exists for each discipline. The ultimate objective of the OSAC is to create a sustainable organizational infrastructure that produces consensus documentary standards and guidelines to improve quality and consistency of work in the forensic science community. OSAC-approved standards will make up the OASC Registry of Approved Standards. OSAC-approved guidelines will make up the OSAC Registry of Approved Guidelines. The registries will be freely available. SCOPE OF WORK The Contractor shall provide access to all ASTM Committee E30 on Forensic Science standards through an online platform to identified stakeholder groups on an annual subscription basis. PERIOD OF PERFORMANCE AND PLACE OF PERFORMANCE The period of performance shall be for one (1) base period for one year (1) from date of award of this requirement and one option year (one-year period). Contractor may perform work from their location providing a communication mechanism to deliver their online solution virtually to NIST and remote access to any required trainings and support. OPTION LINE ITEMS CLIN 0002 is an option line item. The Contractor must provide a firm-fixed price for the option line item. Prices for option line items shall remain valid in accordance with the following: No funding will be obligated by the base award document for the option line item. All ordering and obligation of funds will be issued on separate modification to formally exercise and fund an option line item. The Government is not obligated to exercise the option line item. CLIN 0002, Option Period I, two years from date of award; The Contractor shall provide a Firm Fixed Price for the following: CLIN 0001: Base Period: Task 1: The Contractor shall provide unlimited Web Based Access to all ASTM Committee E30 on Forensic Sciences Standards: a. Provide unlimited access to all ASTM Committee E30 on Forensic Sciences Standards: Must include all additions and updates to E30 Standards during the period of performance. b. The following Identified Stakeholder Groups shall be provided access to the ASTM Committee E30 on Forensic Sciences Standards: • Organization of Scientific Area Committee Members & Affiliates - approximately 750 individuals • NIST and Federal/State/Local Crime Laboratories - approximately 412 labs • Public Defenders Offices - approximately 6,000 offices • Law Enforcement Agencies - approximately 18,000 offices • Prosecutor Offices - approximately 3,000 offices • Medical Examiner/Coroners Offices - approximately 3,000 offices Task 2: The Contractor shall provide a Web Based Registration to permit the above listed users access to all ASTM Committee E30 on Forensic Sciences Standards throughout the period of performance. a. The Contractor shall provide a website in which users may register and have access to all ASTM Committee E30 on Forensic Sciences standards. b. The data to be collected for registration and web based access shall be at minimum the registrants first and last name, business email only, and a password of their choice. Deliverables: Deliverable 1: The Contractor shall provide the web link to the COR (tbd at award) in which users will utilize to register for access to all ASTM Committee E30 on Forensic Sciences standards not later than 2 weeks after receipt of award. The COR will review, register, and accept not later than 5 days after receipt to of the web link. Deliverable 2: The Contractor shall have access to the web based registration website available for registration not later than 2 weeks after receipt of award. Deliverable 3: The Contractor shall provide access to all ASTM Committee E30 on Forensic Sciences standards to each registrant immediately upon successful registration during the period of the performance. Deliverable 4: The Contractor shall provide a final report summarizing the completed activities during the period of performance. The report shall be provided to the COR not later than 2 weeks after the base period expires. The report shall be completed via word, excel or PDF. Email delivery is sufficient. The completed activities must consist of at least: 1. How many users registered throughout the period of performance; 2. How many downloads were completed per registrant throughout the period of performance; CLIN 0002: Option Period 1: Task 1: The Contractor shall provide unlimited Web Based Access to all ASTM Committee E30 on Forensic Sciences Standards: a. Provide unlimited access to all ASTM Committee E30 on Forensic Sciences Standards: Must include all additions and updates to E30 Standards during the period of performance. b. The following Identified Stakeholder Groups shall be provided access to the ASTM Committee E30on Forensic Sciences Standards: • Organization of Scientific Area Committee Members & Affiliates - approximately 750 individuals • NIST and Federal/State/Local Crime Laboratories - approximately 412 labs • Public Defenders Offices - approximately 6,000 offices • Law Enforcement Agencies - approximately 18,000 offices • Prosecutor Offices - approximately 3,000 offices • Medical Examiner/Coroners Offices - approximately 3,000 offices Task 2: The Contractor shall provide a Web Based Registration to permit the above listed users access to all ASTM Committee E30 on Forensic Sciences standards throughout the period of performance. c. The Contractor shall provide a website in which users may register and have access to all ASTM Committee E30 on Forensic Sciences standards. d. The data to be collected for registration and web based access shall beat minimum the registrants first and last name, business email only, and a password of their choice. Deliverables: Deliverable 1: The Contractor shall provide the web link to the COR (COR shall be TBD at award) in which users will utilize to register for access to all ASTM Committee E30 on Forensic Sciences standards not later than 2 weeks after receipt of award. The COR will review, register, and accept not later than 5 days after receipt to of the web link. Deliverable 2: The Contractor shall have access to the web based registration website available for registration immediately upon receipt of the formal modification exercising CLIN 0002. Deliverable 3: The Contractor shall provide access to all ASTM Committee E30 on Forensic Sciences standards to each registrant immediately upon successful registration during the period of the performance. Deliverable 4: The Contractor shall provide a final report summarizing the completed activities during the period of performance. The report shall be provided to the COR not later than 2 weeks after the option period expires. The report shall be completed via word, excel or PDF. Email delivery is sufficient. The completed activities must consist of at least: 1. How many users registered throughout the period of performance; 2. How many downloads were completed per registrant throughout the period of performance; SPECIFIC REQUIREMENTS IT Requirements: The Contractor shall have FedRAMP authorization, an Authorization to Operate (ATO) letter issued by a Federal Government agency as evidence that they have been assessed and authorized, or that they have passed an independent security audit (e.g., Statement on Standards for Attestation Engagements (SSAE), PCI Data Security Standard (PCI DSS)). If using a Federal Government agency-issued ATO letter, that letter shall clearly state the impact rating level at which the Contractor has been assessed and authorized Internet Protocol Version 6 (IPv6). The Contractor services shall be accessible through both Internet Protocol Version 6 (IPv6) and IPv4. If not already compliant, the Contractor shall provide the Government with a statement regarding its plans to implement IPv6, including timeframe. Section 508. The Contractor shall already have or create and maintain a system that complies with Section 508 of the Rehabilitation Act. Proof must be submitted. Authentication. The Contractor shall configure its system or application to be compliant with: · Homeland Security Presidential Directive 12 (HSPD-12): Policy for a Common Identification Standard for Federal Employees and Contractors. · National Strategy for Trusted Identities in Cyberspace (NSTIC) The preferred authentication methods are through integration with Connect.gov and application-issued credentials. Connect.gov can provide both PIV card and approved third party credentials. Users shall be given the option of using an acceptable PIV, third party credential or establishing a credential with the contractor provided solution. Applications that cannot integrate with Connect.gov will implement user authentication via Government-issued PIV cards, approved third party credentials and contractor solution-provided credentials. Third party authentication must be consistent with the National Strategy for Trusted Identities in Cyberspace (NSTIC); with providers and protocols approved by the Federal Identity, Credential, and Access Management (FICAM) Trust Framework Solution (TFS) Program. In all cases a contractor solution-provided credential must also be supported to allow access by external collaborators that do not have or do not wish to use a trusted third party credential. All credentials shall be consistent with NIST Special Publication 800-63 and the system's accessed Level of Assurance (LOA). The required minimal LOA is Level 2. Incident Response. The contractor shall identify the qualifications and contact information of their security and incident response team. The contractor shall be able to notify NIST within three (3) hours of any possible malicious activity, providing a unique incident reference number and contact information for further details. The contractor shall be able to provide any application and operating system logs associated with an incident as well as a file system timeline for potentially compromised hosts and any additional files referenced during forensic analysis upon request. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html Provisions 52.204-7 - System for Award Management 52.212-1 - Instructions to Offerors-Commercial Items 52.212-3 - Offerors Representations and Certifications-Commercial Items 52.204-16 - Commercial & Government Entity Code Reporting 52.204-17 - Ownership or Control of Offeror 52.204-18 - Commercial & Government Entity Code Maintenance 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2014) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 funding may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer- (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) Clauses 52.204-13 - System for Award Management 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: 52.204-10 - Clause Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) 52.219-28 - Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-50 - Combatting Trafficking in Persons (FEB 2009)(22 U.S.C.7104(g)) 52.233-3 - Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 - Applicable Law for Breach of Contract Claim 52.222-3 - Convict Labor (June 2003)(E.O. 11755) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (Mar 2007)(E.O. 11246 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) 52.223-18- Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O 13513) 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008)(E.O.'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury 52.232-33 - Payment By Electronic Funds Transfer - System for Award Management (Jul 2013) 931 U.S.C. 3332) 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference 52.247-35 - FOB Destination, within Consignee's Premises 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. 2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) By accepting this award or order, in writing or by performance, the offeror/contractor assures that- a) The offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. b) The offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of clause) The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All CAR clauses may be viewed at http://www.ecfr.gov 1352.201-70 - Contracting Officers Authority 1352.209-73 - Compliance with the Laws (APR 2010) 1352.209-74 - Organizational Conflict of Interest 1352.246-70 - Place of Acceptance, NIST, 100 Bureau Drive, Gaithersburg, MD 20899 NIST LOCAL -04 Billing Instructions - (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 (End of clause) INSTRUCTIONS: System for Award Management, SAM In accordance with FAR 52.204-7, the awardee must be registered in the system for award management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 PM Eastern Standard Time on January 29, 2016. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Lynda.Roark@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. If hardcopy quotations are being submitted, all quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, electronic delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Lynda.Roark, Contract Specialist on 301-975-3725. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed priced schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm fixed-price, FOB Destination for each CLIN. Contractor shall state warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotations. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the publication and services it is proposing, which clearly identifies the brand publication identified in the SOW. The offeror must demonstrate that is proposed services meets each requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original publisher to provide the items in the quotation shall be included. 3) Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation shall include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition" OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror' s FSS or GWAC contract, and the statement required above shall be included in the quotation. 4) IT REQUIREMENTS: IT Security. The Contractor shall submit their documentation, including any subcontractors involved, that indicates their FedRAMP authorization, an Authorization to Operate (ATO) letter issued by a Federal Government agency as evidence that they have been assessed and authorized, or that they have passed an independent security audit (e.g., Statement on Standards for Attestation Engagements (SSAE), PCI Data Security Standard (PCI DSS)). If using a Federal Government agency-issued ATO letter, that letter shall clearly state the impact rating level at which the Contractor has been assessed and authorized. Internet Protocol Version 6 (IPv6). The Contractor services shall be accessible through both Internet Protocol Version 6 (IPv6) and IPv4. If not already compliant, the Contractor shall provide the Government with a statement regarding its plans to implement IPv6, including timeframe. Section 508. The Contractor shall already have or create and maintain a system that complies with Section 508 of the Rehabilitation Act. Proof must be submitted. Authentication. The Contractor shall configure its system or application to be compliant with: · Homeland Security Presidential Directive 12 (HSPD-12): Policy for a Common Identification Standard for Federal Employees and Contractors. · National Strategy for Trusted Identities in Cyberspace (NSTIC) The preferred authentication methods are through integration with Connect.gov and application-issued credentials. Connect.gov can provide both PIV card and approved third party credentials. Users shall be given the option of using an acceptable PIV, third party credential or establishing a credential with the contractor provided solution. Applications that cannot integrate with Connect.gov will implement user authentication via Government-issued PIV cards, approved third party credentials and contractor solution-provided credentials. Third party authentication must be consistent with the National Strategy for Trusted Identities in Cyberspace (NSTIC); with providers and protocols approved by the Federal Identity, Credential, and Access Management (FICAM) Trust Framework Solution (TFS) Program. In all cases a contractor solution-provided credential must also be supported to allow access by external collaborators that do not have or do not wish to use a trusted third party credential. All credentials shall be consistent with NIST Special Publication 800-63 and the system's accessed Level of Assurance (LOA). The required minimal LOA is Level 2. Information regarding the low impact systems controls are located at: http://nvlpubs.nist.gov/nistpubs/SpecialPublications/NIST.SP.800-53r4.pdf, Appendix D specifically identifies the controls to be reviewed. Incident Response. The contractor shall provide to NIST the qualifications and contact information of their security and incident response team. The contractor shall be able to notify NIST within three (3) hours of any possible malicious activity, providing a unique incident reference number and contact information for further details. The contractor shall be able to provide any application and operating system logs associated with an incident as well as a file system timeline for potentially compromised hosts and any additional files referenced during forensic analysis upon request. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed publication and services meets or exceeds all requirements identified above. Quotations that do not demonstrate the proposed publication and services meets all requirements will not be considered further for award. 2. Price: The Government will evaluate price for reasonableness. 3. IT Security: Evaluation of IT Security shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its ability to comply with the IT requirements. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-16-RQ-0120/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03995488-W 20160121/160119234729-6234946604615d3f3738d8dedd379a72 (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.