SOURCES SOUGHT
D -- Enterprise Identity Management (EIDM), Remote Identity Proofing (RIDP) Services, and Multi-Factor Authentication (MFA) Services - Operations and Maintenance - Package #1
- Notice Date
- 2/17/2017
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
- ZIP Code
- 21244-1850
- Solicitation Number
- EIDM-RIPD-MFA_sources_sought_171269
- Archive Date
- 3/18/2017
- Point of Contact
- David Fitton, Phone: 4107861492, Dawn R. Wilkins, Phone: 410-786-4588
- E-Mail Address
-
david.fitton@cms.hhs.gov, dawn.wilkins@cms.hhs.gov
(david.fitton@cms.hhs.gov, dawn.wilkins@cms.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Section 508 past peformance list of reports integrated applications docs list Cr's not assigned Application Integration custom codes architecture environmental migration Cost Template Disclosure COI SOW Terms and Conditions cover PURPOSE: This Sources Sought Notice (SSN) is posted for INFORMATIONAL PURPOSES ONLY. IT IS OUR INTENT TO STREAMLINE THE ACQUISITION PROCESS BY USING A MULTIPLE AWARD IDIQ CONTRACT ACCESSIBLE TO CMS, SUCH AS NITAAC CIO-SP3 SMALL BUSINESS, GSA ALLIANT SMALL BUSINESS, ETC. WE ARE SPECIFICALLY REQUESTING THAT INTERESTED SMALL BUSINESS VENDORS HOLDING CONTRACTS ON SUCH IDIQ CONTRACT VEHICLES SUBMIT CAPABILITY STATEMENTS, BUT WE ARE ACCEPTING CAPABILITY STATEMENTS FROM ALL INTERESTED SMALL BUSINESS VENDORS. It will be used to obtain information regarding the availability and capability of small businesses (e.g.: 8(a), HUBZone small businesses, service-disabled veteran-owned small business, small disadvantaged businesses, veteran-owned small businesses, women-owned small businesses, and small business) to provide the services described herein. Enclosed with this notice is a draft solicitation package, including a Statement of Work (SOW). This draft solicitation is provided in order to facilitate your understanding of the solicitation requirements and your ability to submit a proposal in response to the solicitation requirements in the event a final Request for Proposals (RFP)/Request for Quotation (RFQ) is issued. Accordingly, small business contractors are invited to review the contents of the draft solicitation package and submit a capability statement as well as any clarification questions, comments or concerns your firm may have regarding its contents. CMS intends to use any information provided by industry for the purposes of refining the solicitation package prior to any future issuance of a final RFP/RFQ. This may include, for example, changes to the scope of work, changes to the solicitation terms and conditions, or the addition of clarifying information (e.g., contractor questions & CMS answers). Accordingly, contractors are cautioned that any information provided in response to this notice may be disclosed, on a non-attributable basis in terms of the source, as part of any final solicitation package. CMS is currently contemplating soliciting proposals under the National Institutes of Health Information Technology Acquisition and Assessment Center's (NITAAC) Chief Information Officer-Solutions 7 Partners 3 Small Business (CIO-SP3 SB) Government-Wide Acquisition Contract (GWAC); however, CMS seeks feedback from potential sources beyond the contractors on that GWAC for the purposes of determining if the CIO-SP3 SB GWAC is the most appropriate channel to procure the services in the event a final solicitation is issued. As such, CMS is contemporaneously posting this sources sought notice on FedBizOpps (FBO), as well as issuing a draft RFP on NITAAC electronic-Government Ordering System (e-GOS) to CIO-SP3 Small Business contractors. Please note that any respondents to the e-GOS notice need not also respond to the FBO notice. The Government retains the right to procure these services through any means that are determined to be in the best interest of the Government. It is the responsibility of the potential offerors to monitor appropriate internet sites, to include FedBizOpps, NITAAC/e-GOS, GSA/e-Buy, etc., for additional information pertaining to this requirement. BACKGROUND: Our nation's healthcare system has undergone a major reform due to the enactment of the American Recovery and Reinvestment Act (ARRA); Health Information Technology for Economic and Clinical Health (HITECH) Act; and the Patient Protection and Affordable Care Act, also known as Affordable Care Act (ACA); and by the growing population of beneficiaries and insurance exchange applicants. The Centers for Medicare & Medicaid Services (CMS) has a mandate to assume a central role in ensuring the success of these healthcare reforms. CMS has deployed an Enterprise Identity Management System (EIDM) to meet the Affordable Care Act mandate of "Modernizing Computer and Data Systems of the Centers for Medicare & Medicaid Services to Support Improvements in Care Delivery." The EIDM system works in conjunction with other identity-based services, including Remote Identity Proofing (RIDP) and Multi-Factor Authentication (MFA), to provide the following services: 1. Identity Services, which registers users, vets their identity, and provisions them with system access credentials; 2. Authentication, which verifies the credentials of a user when accessing CMS systems; 3. Authorization, which manages the rights and privileges of each user to access specific CMS information resources; and 4. Auditing, this verifies the proper compliance with access control policies and legitimate access by users. EIDM is integrated with both the Experian Precise ID service to provide RIDP and the Symantec Validation & ID Protection (VIP) to provide the MFA. Oracle's Identity Management suite provides authentication, authorization, and lifecycle management services. CMS intends to procure two separate contracts related to Enterprise Identity Management (EIDM), Remote Identity Proofing (RIDP), and Multi-Factor Authentication (MFA). This notice seeks sources for the first procurement of an Operations and Maintenance (O&M) contractor to continue providing and maintain the existing EIDM/RIDP/MFA functions utilizing the aforementioned existing IT solutions. Instructions/Requirements for Submitting SSN Responses to CMS: SUBMISSIONS IN RESPONSE TO THIS SOURCES SOUGHT ARE VOLUNTARY. THIS IS STRICTLY GOVERNMENT MARKET RESEARCH TO ASSIST IN DETERMINING THE APPROPRIATE ACQUISITION STRATEGY TO OBTAIN CONTRACTOR SUPPORT SERVICES DESCRIBED IN THIS NOTICE. THE CENTERS FOR MEDICARE & MEDICAID SERVICES (CMS) MAY OR MAY NOT ISSUE A REQUEST FOR PROPOSALS OR REQUEST FOR QUOTATION. RESPONSES TO THIS SOURCES SOUGHT NOTICE SHALL BE THE SUBMISSION OF A CAPABILITY STATEMENT, AND WILL NOT BE EVALUATED. CMS requests that respondents review the attached solicitation and provide a capability statement that demonstrates the contractor's understanding of the scope of work. Responses are limited to 12 pages only and should be submitted in a Word or Word comparable document. Page size should be 8.5 by 11 inches, using 12 pt. font and standard margins. In general, while this SSN is not a request for a technical proposal, respondents should provide enough information for CMS to make a determination as to the capability to perform the same or similar work. Specifically, respondents are requested to provide specific examples of most recent experience as it relates to the scope of work outlined in this notice. Responses will be reviewed for content that demonstrates both capability and experience. The capability statements must designate if subcontracting arrangements will be used and the proposed work to be performed by the prime and the subcontractor. Interested vendors shall indicate which contract vehicles they are a member of and associated expiration dates (if applicable). A maximum two (2) page cover letter (not included in the 12-page limit) shall be included and note the following: a. Company Name; b. Company Address; c. D&B DUNS Number; d. Current GSA or GWAC contract(s) and/or schedules(s) that you possess which are appropriate to this Sources Sought. Indicate whether or not your organization performs the work as a prime or a subcontractor and what percentage of the relevant work is completed by your organization; e. Does your organization have a Government approved accounting system? If so, please identify the agency that approved the system; f. Type of company (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUB Zone small business, small disadvantaged business, and women owned small business) as validated via the System for Award Management (SAM); g. Company Point of Contact (POC) name, phone and email address; and, h. POC name, phone and email address of individuals who can corroborate the demonstrated capabilities identified in the responses. Teaming Arrangements: Vendors seeking to respond to this notice as a team or to rely on subcontractors to perform any portion of the work must include the above-requested information and certifications for each entity on the proposed team or each proposed subcontractor. Responses must clearly indicate the nature of the teaming arrangement (i.e. Joint Venture, Mentor/Protégé, or Subcontractor). Please note that in accordance with FAR 52.219-14, the Small Business must perform 51% or more of the labor hours. In the event of conflict between FAR clause 52.219-14 and 15 U.S.C. § 657s, for purposes of the limitations on subcontracting, CMS will follow 15 U.S.C. § 657s. The contractor and any subcontractors must not have any relationships or arrangements through business operations or its employees that could be considered as possibly lessening the company's objectivity concerning any aspect of the proposed tasks. If such relationships or arrangements exist, contractors or subcontractors shall be required, during the procurement process (if one occurs), to identify potential conflicts of interest and discuss how the conflicts will be addressed and mitigated. Interested parties having the capability and expertise necessary to perform the stated requirements as outlined in the attached solicitation are requested to submit capability statements via email to: David.Fitton@cms.hhs.gov and Dawn.Wilkins@cms.hhs.gov on or before Friday, March 3, 2017 by 2:00 PM (EST). While the intent of this sources sought is to determine capabilities, respondents submitting a capability statement may submit a single page of questions and comments on the provided draft solicitation using the same format as provided in the draft solicitation package. This one page will not be counted as part of the 12-page limit for capability statements. Capability statements will be reviewed and assessed to determine whether any eligible Service-Disabled Veteran-Owned Small Business, HUBZone, Women-Owned Small Business, and 8(a) contractors have the ability to perform the work requirements detailed in this notice. The government will not be responding to vendors in relation to information received and vendors are advised not to share proprietary information in their responses. Vendors are advised that the issuance of this notice does not obligate the government to cover any costs for submission in response to this announcement. Additional Information: • This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This Notice does not obligate the Government to award a contract, reimburse any costs associated with providing information or otherwise pay for the information provided in response. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). • Proprietary Information and Disclaimers: Respondents should identify any proprietary information in its SSN response. Information submitted in response to this SSN will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. CMS reserves the right to utilize any non-proprietary technical information in the anticipated SOW or solicitation. • Responses to the SSN are not offers and cannot be accepted by CMS to form a binding contract. CMS does not intend to award a contract on the basis of this SSN, or to otherwise pay for the information solicited. No reimbursement for costs will be made associated with providing information in response to this SSN or follow-up information request. • Respondents should be aware that this SSN is for market research purposes only and any responses submitted do not constitute a commitment by CMS to treat any offeror more or less favorably in any anticipated forthcoming solicitation and/or ultimate award. • Responses to the SSN will not be returned. All communications shall be by email. • Respondents will not be notified of the results of the review of the responses. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's ability to provide the resources and knowledge to deliver the required services. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted or be notified of the results of this evaluation. All information submitted in response to this announcement must arrive on or before the closing date. • Although it is not necessary to address within capability statements, interested vendors and partners, should be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/EIDM-RIPD-MFA_sources_sought_171269/listing.html)
- Record
- SN04407022-W 20170219/170217234403-ce6d3f1f1ff3004a2d29dfa72a85e7ae (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 |