Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2000 PSA #2679
SOLICITATIONS

70 -- ADPE -- COMMERCIAL OFF-THE-SHELF PUBLIC KEY INFRASTRUCTURE AND CERTIFICATE AUTHORITY SERVICES

Notice Date
September 1, 2000
Contracting Office
U.S. Department of Commerce, Office of Acquisition Management, Room 6422, 14th and Constitution Avenue NW, Washington, DC 20230
ZIP Code
20230
Solicitation Number
52-SAAA-0-00026
Response Due
September 15, 2000
Point of Contact
John Thompson, Contract Specialist (202)482-5909; Lexine V. Arthur, Contracting Officer (202)4823714
E-Mail Address
larthur@doc.gov (JThompson7@doc.gov)
Description
I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subject 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. This solicitation is issued as a Request For Proposal(RFP) 52-SAAA-0-00026. III. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular Number 97-15. IV. This solicitation is not a small business set-aside. V. The Office of Department-Wide Programs (ODP), Office of the Chief Information Officer (OCIO), is responsible for providing technical systems support to organizations within the Office of the Secretary in their efforts to deploy automated administrative applications for department-wide use. This support includes product evaluation, systems analysis and design, software development, technical support for operational hosting services for applications, and assistance with the development and operation of pilots to test the acceptability of applications for deployment department-wide. In this capacity, the OCIO has entered into a partnership with the Office of Human Resources Management (OHRM) in support of their effort to replace the existing Remote Time and Attendance system. The OCIO has determined that the resources required to implement, maintain and operate the infrastructure, architecture and software required to serve as our own Certificate Authority (CA) for the PKI capability do not currently exist and will not exist for the foreseeable future. To support the deployment of the webTA application in Office of the Secretary (O/S) and the Office of the Inspector General (OIG), the OCIO and OHRM seek to outsource system hosting, management, and operational services required to support the deployment of the webTA application in these two operating units. VI. Minimum Service Requirements -- The Department of Commerce requires an outsourced, hosted service allowing O/S to quickly establish and manage a Public Key Infrastructure (PKI) implementation for the issuance of a minimum of 200 digital certificates, with a potential increase in the number of certificates to a maximum of 1,000 in the option periods, to authorized O/S personnel. The Contractor shall serve as the Certificate Authority (CA) and Registration Authority (RA) for O/S in coordination with designated government personnel serving as the administrator/Local Registration Authority (LRA) for this service. The Contractor will be responsible for the development and maintenance of the Directory service required to manage the service. Hosting, configuration, management and maintenance of all hardware and software required for the service shall be included. It is required that the service be available to government personnel via a secure, web-accessible application. The Contractor is required to provide the necessary training to designated government personnel that serve as the initial point of contact for identification and issuance of digital certificates. Application of a digital signature using the provided certificates must conform to the GAO requirements outlined in Title 6. The Contractor's hosted hardware and software must be located in a physically secure facility with restricted access to their personnel and be operated on technically secured hardware. The Contractor must guarantee availability of the service to O/S 24 hours a day, seven days a week. Regular routine backup, disaster recovery, maintenance, and upgrade services must be provided. Integration of the selected product with Netscape Navigator Version 4 or higher and Internet Explorer Version 4 or higher is required. Users must be able to install their certificates on multiple machines. The Contractor will be required to provide the necessary developer tools and documentation required for integration of their product into other applications to O/S staff and contractors working on behalf of the Department of Commerce to design, develop and deploy applications for use in O/S. This service is required for a base period of one calendar year beginning with the contract award date, with four one-year options. All option periods would be exercised solely at the discretion of the Government. VII. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is hereby included by reference. VIII. FAR Provision 52.212-2, Evaluation-Commercial Items. Proposals will be evaluated using the following criteria: 1.Price -- The Government intends to award this requirement on a firm-fixed price basis, and Contractors shall submit their cost proposals accordingly. This requirement is based on best value, meaning that technical factors are more important than price. However, price is considered, and as technical proposals become more equal, price becomes more important. 2.Proposed Delivery Schedule -- Time required to have the service in full operation. Services must be in place and operational by September 30, 2000. 3. Quality of Technical Proposal -- Technical approach is reasonable and efficient, and addresses the following issues; timeliness of proposed implementation of services, ease of use of the service, effectiveness and ease of use of provided developer tools necessary to integrate the selected product into other applications deployed in O/S. 4. Past Performance -- The Contractor shall provide at least three references for similar work performed within the last two years. References shall include a description of the work performed, dates, and a name and phone number of the Contracting Officer (or equivalent) for the project. The Contractor is also required to identify currently available commercial-off-the-shelf products, by name and version, into which their product has been integrated. VIII. FAR Provision 52.212-3, Offeror's Representations and Certifications -- Commercial Items, apply to this solicitation. IX. FAR Clause, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, hereby apply to this acquisition. X. Offers and supporting documentation shall be received in this office no later than 3:00 p.m. local time, on September 15, 2000. Mark outside of the envelope clearly with "RFP 52-SAAA-0-00026 enclosed" and bidder's name and address. Facsimile response will not be accepted.
Record
Loren Data Corp. 20000906/70SOL003.HTM (W-245 SN492559)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com