SOLICITATION NOTICE
D -- PROVIDE SUPPLIES & SERVICES NECESSARY TO SUPPORT A COMMON, INTEROPERABLE, MULTI-APPLICATION SMART ID CARD SOLUTION.
- Notice Date
- 10/18/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Dept of the Interior - National Business Center Washington DC Acquisition Branch MS1324 1849 C Street NW Washington DC 20240
- ZIP Code
- 20240
- Solicitation Number
- NBCR06001
- Response Due
- 10/31/2005
- Archive Date
- 10/18/2006
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IAW THE FORMAT IN SUBPART 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. SOLICITATION NO. NBCR06001, REQUEST FOR PROPOSAL THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR, 30 SEP 05; # FAC 05-06. THE FOLLOWING PROVISIONS ARE INCOROPORATED BY REFERENCED AND ARE THEREFORE APPLICABLE TO THIS ACQUISITION: 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 52.212-2, EVALUATION--COMMERCIAL ITEMS 52.212-3, OFFERORS PRESENTATIONS & CERTIFICATIONS--COMMERCIAL ITEMS 52.212-4, CONTRACT TERMS & CONDITIONS--COMMERCIAL ITEMS OFFERORS SHOULD REFERENCE ADDITIONAL ADDENDA INFORMATION PROVIDED BELOW REGARDING THE EVALUATION OF OFFERS, AND INSTRUCTIONS TO OFFERORS. ONLY THOSE OFFERS CONFORMING TO THE SOLICITATION WILL BE CONSIDERED. OFFERORS ARE REQUIRED TO SUPPLY A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS & CERTIFICATIONS--COMMERICAL ITEMS OR INDICATE THAT THEY ARE REGISTERED IN ORCA--refer to: orca.bpn.gov CLOSING DATE & TIME: 31 OCTOBER 2005 @ 4PM (EASTERN) AT THE STATED CONTRACTING OFFICE ONLY ELECTRONIC PROPOSALS WILL BE ACCEPTED IN RESPONSE TO THIS RFP, OFFERS SHOULD BE SENT TO THE CONTRACTING OFFICER AT THE FOLLOWING ADDRESS: heidi_r_muller@nbc.gov QUESTIONS REGARDING THIS COMBINED SYNOPSIS/SOLICITATION SHOULD BE E-MAILED TO THE CONTRACTING OFFICE AT THE E-MAIL ADDRESS LISTED ABOVE. TELEPHONE OR FAX REQUESTS WILL NOT BE ACCEPTED. ___________________________________ INTRODUCTION (a) Homeland Security Presidential Directive 12 (HSPD-12) recognized "wide variations in the quality and security of forms of identification used to gain access to secure Federal and other facilities where there is potential for terrorist attacks need to be eliminated." HSPD-12 mandates a Government-wide standard for a 'secure and reliable' form of identification "that (a) is issued based on sound criteria for verifying an individual employee's identity; (b) is strongly resistant to identity fraud, tampering, counterfeiting, and terrorist exploitation; (c) can be rapidly authenticated electronically; and (d) is issued only by providers whose reliability has been established by an official accreditation process". The National Business Center (NBC) of the Department of the Interior (DOI) is establishing an officially accredited process for the issuance of "secure and reliable" Government identification and has been approved by OMB to offer this service to other Government agencies. (b) The NBC has been designated as the provider of smartcards and smartcard services for DOI. NBC, through DOI, has also been approved by the Office of Management and Budget (OMB) to sponsor other agencies in becoming HSPD-12 / FIPS-201 compliant. This would entail providing a turn-key solution for Personal Identity Verification (PIV) enrollment, card issuance and management, logical certificates, and smartcard middleware. (c) To meet Federal requirements and the guidance and standards for sensitive systems provided by the National Institutes of Standards and Technology (NIST), DOI, like all other Federal agencies, must provide new smart identity cards to all employees and contractors, all of whom will ultimately use those cards for physical access to buildings. Eventually such cards will also be required to access certain sensitive DOI computer systems and data. The use of the smart identity card cards is covered by the portion of HSPD-12 known as PIV-II. Prior to that, however, Federal agencies must implement HSPD-12 PIV-I, which will require that new employees and contractors are properly identified so that no one can get a Government ID card by impersonating someone else. (d) Background information for the Smart Card Program is contained in Section C.7 Required Standards. DEFINITIONS (a) Interoperability - Refers to a system or a product that is capable of operating with another system or product directly without additional developmental effort by the user. (b) Logical Access Control - An automated system that controls an individual's ability to access one or more computer system resources such as a workstation, a network, an application, or a database. (c) Physical Access Control - Refers to an automated system that controls an individual's ability to access a physical location such as a building, parking lot, office, or other designated physical space. (d) Smart Card - Credit Size Card with an integrated circuit chip. SCOPE The contractor shall provide supplies and services necessary to support a common, interoperable, multi-application Smart Card solution. The Smart ID Card contains information carried on the chip to be used commonly across applications. In addition to supplying the card and accompanying applications, the Contractor may be called upon to provide Smart Card management services and Smart Card system integration to existing, or planned systems. As specified in individual Task/Delivery Orders issued under this contract, Smart Card products and services are available to Federal agencies and organizations worldwide. GOVERNMENT INTEROPERABILITY (a) The Government Smart Card Framework will encompass a broad range of applications. All Government Smart Card solutions must provide a common, interoperable set of services that supports physical and logical access control, biometrics, and cryptographic services. (b) Interoperability will be achieved through use of the Government Smart Card Interoperability Specifications (GSC-IS v.2.1 and NIST SP 800-73) REQUIREMENTS At a minimum, the Contractor Shall: (a) Provide Cards - The Smart ID Cards shall be integrated circuit chip cards that may utilize multiple technologies and have varying capabilities. (1) The card shall be FIPS 140-2 Level 3 certified on both the contact and contactless modes of the chip (2) The card shall be a dual-interface card with a minimum 64K of memory (3) The card shall work with ActivCard v2.5 or later Applet (b) Provide a Smart ID Card solution that shall support visual identification, physical access control and logical access control functions on a single card. (c) Provide Smart Card services and supplies that are capable of meeting FIPS PUB 140-2 Level 3, and that are compliant with the standards listed in Section C.7. (d) Provide a migration path to the PIV-II endpoint card as defined by the standards in Section C.7. (e) Provide Card Manufacturing, Issuance and Replacement (1)Card Manufacturing and Initialization The Contractor shall provide the following capabilities: (i) Loading the operating system into card memory; (ii) Allocating memory zones on the chip; (iii) Loading the unique card serial number into card memory. (iv) Provide PIV II applet when available (NIST certified) (2) Key Management (3) Personalization The Contractor shall provide the following capabilities: (i) Accept data from DOI SP/PIV system (ii) Provide visual security features on cards compliant with FIPS-201 requirements (iii) Print photo and personal data on card (iv) Initialize card and load Activcard 2.5.1 or later applet (v) Load personalized data to chip (vi) Load photo and fingerprint to chip when standard is released (vii) Return printed cards to DOI/NBC in Washington, DC (4) Replacement The Contractor shall provide the capability to replace lost, stolen or malfunctioning cards. (f) Provide Smart Card Security and Inventory Control (1) The Contractor shall provide a system and the procedures to ensure Smart Card inventory control and that Smart ID Card stock is maintained in a secure environment; (2) The Contractor shall provide inventory control throughout the card initialization and personalization processes; and (3) The Contractor shall provide a system and the procedures for securing Smart Cards and personal information throughout the card initialization and personalization processes. SECURITY/PRIVACY REQUIREMENTS Administrative and Personnel Security The integrity of Smart ID platform operations including card issuer or Certificate/Attribute Authority personnel involved in system administration and security administration must be ensured. Appropriate screening of all personnel who are assigned to work on the system shall be conducted, and such screening shall be in compliance with Title 12, U.S.C., Section 1829. Privacy Requirements Unless otherwise specified in the Task/Delivery order, the data on the Smart ID Card shall be limited to Sensitive but Unclassified data. While not subject to the regulations protecting classified data, nevertheless, such data shall be subject to privacy protection. Legislative Mandate The Contractor shall adhere to all applicable Federal privacy laws and regulations that apply to protecting the data maintained in the Smart ID Card and system components. Additionally, agency specific regulations that protect the confidentiality of data maintained on the Smart ID Card and system components shall be adhered to. REQUIRED STANDARDS ISO 7816-1, ID Cards - ICC, Part 1 - Physical Characteristics ISO 7816-2, ID Cards - ICC, Part 2 - Dimension and locations of Chip ISO 7816-3, ID Cards - ICC, Part 3 - Electronic Signal and Transmission Protocols ISO 14443, Contactless Integrated Circuit Cards GSC IS v2.1 - Government Smartcard Interoperability Standard version 2.1, July 2003 FIPS 140-2, Security Requirements for Cryptographic Modules FIPS 180-1, Secure Hash Standards FIPS 186-1, Digital Signature Standards FIPS 199, Standards for the Security Categorization of Federal Information and Information Systems FIPS 201, Personal Identity Verification (PIV) of Federal Employees and Contractors NIST SP 800-53, Recommended Security Controls for Federal Information Systems NIST SP 800-63, Electronic Authentication Guideline NIST SP 800-73, Interfaces for Personal Identity Verification NIST SP 800-76, Biometric Data Specification for Personal Identity Verification (Draft, January 24, 2005) NIST SP 800-78, Cryptographic Algorithms and Key Sizes for Personal Identity Verification NIST SP 800-79, Guidelines for the Certification and Accreditation of PIV Card Issuing Organizations HSPD-12, Policy for a Common Identification Standard for Federal Employees and Contractors INSTRUCTIONS TO OFFERORS Only Electronic Offers will be accepted. EVALUATION Technical and Price Proposal Instructions Offerors interested in responding to the tasks outlined in the SOW need to submit both a technical and a price proposal to DOI. A. The technical proposal shall be organized and written so that it can be easily read and meaningfully evaluated by functional/technical personnel. It should be a coherent document, free of internal inconsistencies. Technical approach to accomplish the work statement shall contain detailed explanations of proposed approaches to performing and accomplishing the work. This shall include a specific outline of the actual tasks proposed to be performed in order to complete the work, including an explanation of non-labor resources such as software applications and network connections. Repeating the work statement with out elaborating on the specific tasks to be performed is unacceptable. The names of specific personnel to be assigned for direct work on the project and as direct technical supervisors shall be provided. The contractor shall provide their resumes, which will include education, background and experience, knowledge, accomplishments, and other pertinent information. Include any additional personnel required for full employment, subcontract, or consultation and the source from which they will be obtained. Include a statement of assurance that the proposed additional personnel will be available for work on this contract. Provide a list of projects similar in scope and magnitude to the work required under this Request for Proposal which the Offeror has completed during the past 3 years. For each project include: 1. Name of the project; 2. Description of the work; 3. Contract number, date and type; 4. Name and address of the acquiring Government agency or commercial customers; 5. Initial contract amount and final contract amount; 6. Any problems encountered in performance of the work and corrective action(s) taken, and; 7. Name(s) and telephone number(s) of references from the acquiring agency or customer who may be contacted for further information. B. The price proposal shall be comprised of a complete breakdown of costs including labor categories, hours, hourly rate, and any additional costs that make up the price for each of the contract line items. Offerors price shall be fully burdened to include all costs necessary to perform the services identified in the SOW including labor, supplies, equipment, materials, transportation, and all other direct and indirect costs and profit. Offerors shall also include any favorable incentives they may be willing to offer. Pricing proposal should include an itemized cost for the following: 1. NIST Certified Dual Interface Smart card 2. Pre-personalization - card printed with DOI (or other agency) seal, basic data, and visual security features 3. Loading of Activcard applet 4. Receive data from DOI and personalize card 5. Bulk ship cards to DOI 6. Cost for above services as a package 7. Batch quantity pricing including minimum quantities and price breaks for larger quantities 8. Cost for special handling - i.e., emergency replacement cards EVALUATION CRITERIA An award will be made to the responsive offeror submitting a proposal, which conforms to the Request for Proposal and Technical Proposal Instructions and is most advantageous to the Government, considering the factors and any significant subfactors listed in this provision. A tradeoff process may be used when it is considered to be in the best interest of the Government to award to other than the lowest priced contractor, or other than the highest technically rated contractor. This process permits tradeoffs among price and technical evaluation factors so that the Government may accept other than the lowest priced or highest technically rated offer. A Technical Evaluation Committee (TEC) will evaluate the technical proposals according to the technical evaluation factors listed in this provision. The technical evaluation factors are significantly more important than price. These factors represent key areas of importance and emphasis to the Government. The following technical evaluation factors, listed in descending order of importance, will be used to evaluate offers: 1. Technical understanding and experience related to conducting similar tasks for other Federal agencies and/or private companies. 2. Ability to deliver FIPS-201 certified cards and services and FIPS 104-2 Level 3 certified cards. 3. Past performance. 4. Ability to perform all tasks listed in the SOW. 5. Timeliness of the delivery of completed cards from the time the data are received from DOI. 6. Contractor approach, including technical understanding of performance requirements (objective, approach, methods, and schedule). 7. Personnel qualifications and resources. 8. Availability of alternate site to accomplish the task in the event of the loss of the primary site. The Government reserves the right to award without further discussions based on its evaluation of initial written proposals submitted in response to this combined synopsis/solicitation announcement.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=173266)
- Place of Performance
- Address: WASHINGTON, DC
- Zip Code: 20240
- Country: USA
- Zip Code: 20240
- Record
- SN00917364-W 20051020/051018212018 (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 |