|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441DISA/DITCO/DTS6, 2300 East Drive, Scott AFB, IL 62225- 5406 70 -- DOD PUBLIC KEY INFRASTRUCTURE CRYPTOGRAPHIC MODULES SOL
DCA200-99-T-5038 DUE 101299 POC Debra D. Santoro, 618-229-9710 E-MAIL:
santorod@scott.disa.mil, santorod@scott.disa.mil. (i) This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. (ii) DCA200-99-T-5038. This
solicitation is an RFQ. (iii) The RFQ document and incorporated
provisions and clauses are those in effect through FAC 91-31 and DAC
91-13. (iv) SIC Code 5045, Computers and Computer Peripheral Equipment
and Software, Size Standard, 100 employees. This RFQ is issued under
Full and Open Competition. (v) Price each basic and Option CLIN.
Specifications in para (vi). CLIN 0001, DoD PKI Root Certificate
Authority Cryptographic Modules; SubCLIN 0001AA, Hardware, para
(vi)(1), 2 Each; 0001AB, Maintenance for SubCLIN 0001AA, para
(vi)(4)(a), 24 Months; SubCLIN 0001AC, Option, Hardware, para (vi)(1),
4 Each; SubCLIN 0001AD, Option, Maintenance for SubCLIN 0001AC, para
(vi)(4)(b), 48 Months. CLIN 0002, DoD PKI Intermediate Certificate
Authority Cryptographic Modules; subCLIN 0002AA, Hardware, para
(vi)(2), 4 Each; SubCLIN 0002AB, Maintenance for SubCLIN 0002AA, para
(vi)(4)(a), 48 Months; SubCLIN 0002AC, Option, Hardware, para (vi)(2),
9 Each; SubCLIN 0002AD, Option, Maintenance for SubCLIN 0002AC, para
(vi)(4)(b), 108 Months. CLIN 0003, DoD PKI Infrastructure Components
Cryptographic Modules; SubCLIN 0003AA, Hardware, para (vi)(3), 2 Each;
0003AB, Maintenance for SubCLIN 0003AA, para (vi)(4)(a); 24 Months,
subCLIN 0003AC, Option, Hardware, para (vi)(3), 6 Each; subCLIN 0003AD,
OPTION, Maintenance for SubCLIN 0003AC, para (vi)(4)(c), 72 Months.
CLIN 0004, Option, Hourly Technical Support for Installation, para
(vi)(5), 1 Hour. (vi) Specifications: (1) The hardware cryptographic
modules used by the Root Certificate Authority must meet the following
minimum requirements: Meet the requirements of the Security
Requirements for Cryptographic Modules (FIPS 140-1) for Level 3,
Support the Public Key Cryptography Standard (PCKS) #11, Support Ron
Rivest, Adi Shamir, Leonard Adleman (RSA) and Digital Signature
Algorithm (DSA) key generation, Support Secure Hash Algorithm (SHA-1),
Support Data Encryption Standard (DES) and Triple DES, Support "N of
M" user processing for Root CA Key activation, Provide for Backup of
Certificate Authority signing Keys using "N of M" user protection,
Support X.509 V3 Certificate Issuance, Support 1024 bit RSA Key Signing
at least at a 20/sec rate, Interoperable with Sun Ultra Enterprise 2
(Solaris Operation System 2.7(64 Bit) or higher) hardware, and Must be
compatible with Netscape Certificate Manager (CMS) 4.1. (2) The
hardware cryptographic modules used by the Intermediate Certificate
Authority(s) must meet the following minimum requirements: Meet the
requirements of the FIPS 140-1 for Level 3, Support PCKS #11, RSA and
DSA key generation, SHA-1, Support DES and Triple DES, Provide for
Backup of Certificate Authority signing Keys using "N of M" user
protection, Simultaneously Support Secure Sockets Layer protocol and
1024 bit RSA Key Signing at least at a 300/sec rate, Support X.509 V3
Certificate Issuance, Interoperable with Sun Enterprise 3500 (Solaris
Operation System 2.7 (64 bit) or higher) hardware, and Must be
compatible with Netscape Certificate Manager (CMS) 4.1. (3) The
hardware cryptographic modules used by the other infrastructure
components to support secure communication between severs/clients must
meet the following minimum requirements: Meet the requirements of the
FIPS 140-1 for Level 2, Support the PCKS #11, Support RSA and DSA key
generation, SHA-1, Support DES and Triple DES, Support Secure Sockets
Layer protocol, Support 1024 bit RSA Key change at least at a 300/sec
rate, Interoperable with Sun Enterprise 3500 (Solaris Operation System
2.7 (64 bit) or higher) hardware, and Must be compatible with Netscape
Certificate Manager (CMS) 4.1. (4) Maintenance. Provide 24x7 technical
support to assist in problem identification and resolution, which may
include assisting Government personnel with removing, installing, and
testing of government owned installed or backup modules and/or vendor
provided temporary replacement modules. Additional maintenance
requirements by CLIN are: (a) CLINs 0001AB, 0002AB and 0003AB. Provide
on-site support within 1 work day of notice; Provide a temporary
replacement module within 1 work day of notice; Return modules within
3 work days when a module is returned to the vendor for maintenance,
which may be the same module corrected or a replacement module, which
will become the property of the Government if the original module can
not be fixed. (b) CLINs 0001AD and 0002AD. Provide on-site support
within 6 hours of notice; Provide a temporary replacement module within
1 work day of notice; Provide modules within 3 work days when a module
is returned to the vendor for maintenance, which may be the same
module corrected or a replacement module, which will become the
property of the Government if the original module can not be fixed. In
the event all government backup modules have been installed due to
maintenance problems with other modules, the vendor shall provide a
temporary backup within 6 hours of notice. (c) CLIN 0003AD. Provide
on-site support within 1 work day of notice; Provide a temporary
replacement module within 1 work day of notice; Provide modules within
3 work days when a module is returned to the vendor for maintenance,
which may be the same module corrected or a replacement module, which
will become the property of the Government if the original module can
not be fixed. In the event all government backup modules have been
installed due to maintenance problems with other modules, the vendor
shall provide a temporary backup within 1 work day of notice. (5) The
Government intends to perform all hardware installations. However, as
an option, the government may order contractor hourly support under
CLIN 0004. (vii) FOB Destination. Deliver 1 Each, SubCLIN 0001AA, 2
Each subCLIN 0002AA, and 1 Each subCLIN 0003AA to: NSA, 9800 Savage
Road SAB3, Ft Meade MD 20755-6734, Attn: Wayne Meckling, V51, Point of
contact is Ray Mielke, 410-854-4509. Deliver 1 Each, SubCLIN 0001AA,
2 Each subCLIN 0002AA, and 1 Each subCLIN 0003AA to: SAIC, 10260 Campus
Point Drive, MS B-1-E, San Diego CA 92121, Attn: Jamil Nimeh,
619-552-5403. Deliver all hardware within 5 work days after award.
Maintenance is to be performed at delivery locations and shall be for
12 months from date of installation. Installation shall generally be
completed within 5 work days of delivery. Depending on hardware
warranty, if any, maintenance period may be reduced at award. Delivery
address and date for option CLINs will be as mutually agreed. (viii)
The following FAR clauses or provisions apply: 52.212-1 applies,
(b)(5): Specify warranty, if any, for hardware CLINs. h): Multiple
awards may be made. Therefore, all or none quotes are not required.
Quotes may be submitted for CLINs 0001, 0002, or 0003 only or any
combination thereof; 52.212-2, (a) Award shall be made to the lowest
price offer that complies with all requirements of this quote,
including specifications in para (vi); 52.212-4; 52.212-5, (b)
52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37;
52.212-7, Options may be exercised at any time during the life of the
order; 52.239-1, 52.233-3, and 52.232-33,. (ix) The following DFARS
clauses apply: 252.212-7001, (b): 252.225-7001 and 252.247-7024;
252.204-7004. (x) Quotes shall include a completed copy of FAR
52.212-3, and DFARS 252.212-7000, 252.225-7000 and 252.247-7022. (xi)
Additional Requirements. (1) The quantities set forth in paragraph (v)
above for CLINs 0001 through 0003 shall be used for evaluation
purposes. CLIN 0004, 150 hours shall be used for evaluation purposes.
(2) Any order awarded as a result of this RFQ shall be for one year.
Note maintenance may extend beyond this period. (3) Contract type shall
be firm fixed price. (xii) Year 2000 Compliance: (a) All information
technology provided under, or in support of, this contract by the
contractor and all subcontractors shall be Year 2000 compliant. "Year
2000 compliant" means, with respect to information technology, that the
information technology accurately processes date/time data (including,
but not limited to, calculating, comparing, and sequencing) from,
into, and between the twentieth and twenty-first centuries, and the
years 1999 and 2000 and leap year calculations, to the extent that
other information technology, used in combination with the information
technology being acquired, properly exchanges date/time data with it.
(b) To ensure Year 2000 compliance, the contractor shall, at a
minimum, test a representative sampling of the information technology,
or same type of information technology, that will be provided under
the contract. Testing will be accomplished and documented in accordance
with generally accepted commercial standards/practices. If requested,
the contractor shall provide the Government with a copy of such Year
2000 compliance test documentation at no additional cost to the
Government. (xiii) DPAS, N/A. (xiv) CDB Number Notes, N/A. (xv) Quotes
are due no later than 12:00 pm central time, 12 Oct 99. Quotes shall
be prepared in 2 Volumes: Volume 1, Cost Proposal and Other Information
Required by this RFQ. Volume 2, Technical Proposal which sets forth
sufficient evidence to confirm compliance with the specifications.
Original and one copy of Volumes 1 and 2 shall be delivered to
DITCO/DTS6, Debi Santoro, 2300 East Drive, Scott AFB Il 62225-5406.
Four copies of Volume 2 ONLY shall be delivered to DISA/D6/IAESO, 5600
Columbia Pike, Falls Church VA 22041-2717, Attn: Lee Nelson. (xvi)
Contract Debi Santoro, 618-229-9710 (voice) or santorod@scott.disa.mil
for information regarding this RFQ. Posted 09/23/99 (W-SN383710).
(0266) Loren Data Corp. http://www.ld.com (SYN# 0316 19990927\70-0010.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|