Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2005 FBO #1355
SOLICITATION NOTICE

70 -- SAML SOFTWARE

Notice Date
8/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, N5416 200 Constitution Avenue, NW, Washington, DC, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
DOL059RQ200293
 
Response Due
8/18/2005
 
Archive Date
1/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is DOL059RQ200293 and is being issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. The Department of Labor, Office Secretary for Administration and Management, Procurement Services (OASAM) intends to issue a purchase order for a server based software product that can receive and process security assertions using Security Assertion Markup Language (SAML), version 1.0 or higher. The Department of Labor?s objective is to obtain server based software product that fully meets and implements the department?s requirements. The following are the specific requirements for product functionality. The product must: 1. Be approved by the General Services Administration (GSA) e-Authentication Program Office for use by Federal Agencies in implementing E-Authentication (http://www.cio.gov/eauthentication/documents/ApprovedProviders.htm). 2. Be capable of handling SAML assertions as a stand-alone product without the installation or purchase of additional Identity Management software. 3. Operate on Windows 2003 and implement SAML services running on Tomcat Web Server. 4. Pass SAML assertion data as query string elements to a configurable web page location. The minimum assertion elements that must be passed are Subject, Assertion Level, CSID, and Common Name. 5. Pass exception data as query string elements to a configurable web page location. The minimum exception data is passed must meet the requirements of the E-Authentication test criteria including: a. Exception handling for an invalid SAML artifact, b. Exception handling when a credential service SAML responder is unreachable, and c. Exception handling when a credential service response does not include a valid identity assertion. Vendor Requirement 1. Provide a written statement of work explaining implementation of software and other resource requirement sections. 2. Provide a cost estimate for software product?base plus option periods, as appropriate. 3. Provide past performance references of where vendor has put this or a similar solutions into service. 4. Vendor may provide software for testing in the Mine Safety and Health Administration (MSHA) enterprise environment if it has not already been tested. Evaluation for award will be based on both written proposal and testing of software in MSHA?s enterprise environment. The following incorporated clauses and provisions are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the Internet at http://www.arnet.gov. Vendor will be evaluated on technical proposal, cost, and past performance. The resulting contract will be a firm fixed price contract. The period of performance shall be 30 days from the date of award. The procurement has been determined to be 100% Small Business Set-Aside. Any vendor wishing to submit either questions or a questions or a quotation shall do so in writing to the Contracting Specialist at the email listed below. All responsible sources who can provide the above requirements shall submit a written quotation no later than August 18, 2005. No solicitations will be issued, therefore such requests for solicitations will be considered non-responsive. This requirement is 100% set-aside for small business concerns. All quotes shall include price(s), FOB point; a POC (name and telephone number) and business size. All questions must be received in writing and received by facsimile 202-693-4579 or email Sheelor.Paula@dol.gov byn August 14, 2005. Paula Miller-Sheelor, Contract Specialist, Phone 202-693-4598, Fax 202-693-4579 and email Sheelor.paula@dol.gov.
 
Place of Performance
Address: Washington, DC
Zip Code: 20210
Country: USA
 
Record
SN00867093-W 20050812/050810212105 (fbodaily.com)
 
Source
FedBizOpps.gov 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.