Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2007 FBO #1976
MODIFICATION

D -- FIPS 201 Evaluation Program Development B Test Fixture Components

Notice Date
4/23/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Office of the Chief Acquisition Officer (V), GSA Headquarters Contracting Division (VC), 18th & F Streets, NW Room 4020, Washington, DC, 20405, UNITED STATES
 
ZIP Code
20405
 
Solicitation Number
GS00V07PDI0002
 
Response Due
5/3/2007
 
Archive Date
5/18/2007
 
Point of Contact
Kisha Emmanuel, Contracts Specialist, Phone 202 219-3457, Fax 202 501-3161,
 
E-Mail Address
kisha.emmanuel@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK FOR FIPS 201 EVALUATION PROGRAM DEVELOPMENT B TEST FIXTURE COMPONENTS 1.0 INTRODUCTION 1.1 Purpose The purpose of this requirement is to purchase B test fixture components for evaluating FIPS201 products and services. 1.2 Background Homeland Security Presidential Directive-12 (HSPD-12), "Policy for a Common Identification Standard for Federal Employees and Contractors? requires agencies to use only information technology products and services that meet this standard. The Office of Management and Budget (OMB) has designated the General Services Administration (GSA) as the Executive Agent for government-wide acquisitions for the implementation of HSPD-12. HSPD-12 establishes the requirement for a mandatory Government wide standard for secure and reliable forms of identification issued by the Federal Government to its employees and contractors. OMB has directed Federal agencies to purchase only products and services that are compliant with the Federal policy, standards and numerous supporting technical specifications, including: ? Federal Information Processing Standard 201, Personal Identity Verification of Federal Employees and Contractors; ? National Institute of Standards and Technology (NIST) Special Publications (SP) 800-73, Interfaces for Personal Identity Verification, 800-78 Cryptographic Algorithms and Key Sizes for Personal Identity Verification, and 800-79, Guidelines for the Certification and Accreditation of PIV Card Issuing Organizations; and ? Special Publication 800-76, Biometric Data Specification for Personal Identity Verification (Pending). To ensure standard compliant products and services are available, NIST will issue test suites in SP 800-85 - PIV Middleware and PIV Card Application Conformance Test Guidelines (SP800-73 Compliance), and will publish National Voluntary Laboratory Accreditation Program (NVLAP) accredited validation services for demonstrating conformance for products. Providers of products and services that are determined to conform to the standard will be eligible to offer approved products and services on a new GSA procurement vehicle established to align all agency acquisitions with policy. 2.0 TASKS The scope of this requirement is to acquire smart card test fixture components to be used in evaluation of commercial type B smart card readers as well as type B smart cards that apply for approval under the PIV Card category of the GSA FIPS201 Evaluation Program. The Federal Information Processing Standard (FIPS) 201 card reader interoperability specification requires smart card readers to be capable of reading type A and Type B cards. The government requires purchase of B Test Fixture components listed below in order to properly test Type B smartcards and readers: Provide cost for the following Test fixture components: 1) Reference PICC for Hmin Test according to ISO/IEC 10373-6, Annex D, assembled and tested (alignment 13.56 MHz, 3V) 2) Reference PICC for Hmax test according to ISO/IEC 10373-6, Annex D, assembled and tested (alignment 19 MHz, 3V) 3) Reference PICC for Power Transfer Test according to ISO/IEC 10373-6, Annex D, assembled and tested (alignment 19 MHz, 3V) 4) Reference PICC for Modulation Index & Waveform Test Price according to ISO/IEC 10373-6, amendment 4, Annex I, assembled and tested (alignment 19 MHz, 6V) 5) Reference PICC for Class 1-PICC maximum loading effect Test according to ISO/IEC 10373-6, amendment 4, Annex D, assembled and tested (alignment 13.56 MHz, 6V) 6) Test PCD Assembly, according to ISO/IEC 10373-6, basic data rate matching network, compliant to Amendment 2, completely assembled and tested, consisting of the following items: ?ƒnOne Antenna coil (ISO/IEC 10 373-6, annex A) ?ƒnTwo sense coils (ISO/IEC 10 373-6, annex C) ?ƒnA PCB holding the balancing circuit (ISO/IEC 10 373-6, figure 4) ?ƒnOne calibration coil (ISO/IEC 10 373-6, figure 3) The contractor will deliver the assembly with the PCBs mounted with spacers at the specified distance, fully tested and tuned with contact pins for connection of high-impedance DSO probes (Tektronix P6243). 7) Tektronix/Sony AWG2021 Arbitrary waveform generator. (New or refurbished items can be offered for this item.) 8) Tektronix TDS540 Digital Storage Oscilloscope. (New or refurbished items can be offered for this item.) 9) Ophir RF 5085 RF-amplifier (100 watts max. output). 3.0 DELIVERABLES Deliverables will include the following: Deliverable Schedule: TASK DELIVERABLES DUE DATE All dates begin after the date of award (Business Days) 3.1.1 Reference PICC for Hmin test (excl. VAT) Within 30 days after award 3.1.2 Reference PICC for Hmax test (excl. VAT) Within 30 days after award 3.1.3 Reference PICC for Power Transfer test (excl. VAT) Within 30 days after award 3.1.4 Reference PICC for Modulation Index & Waveform test (excl. VAT) Within 30 days after award 3.1.5 Reference PICC for Class 1-PICC maximum loading effect (excl. VAT) Within 30 days after award 3.1.6 Test PCD Assembly Within 30 days after award 3.1.7 Tektronix/Sony AWG2021 Arbitrary waveform generator Within 30 days after award 3.1.8 Tektronix TDS540 Digital Storage Oscilloscope Within 30 days after award 3.1.9 Ophir RF 5085 RF-amplifier (100 watts max. output) Within 30 days after award 4.0 DELIVERABLE INSTRUCTIONS The contractor shall deliver all deliverables to FIPS201 Program Manager at: General Services Administration, 1800 F Street, NW, Room 2013, and Washington, DC 20405. The Government will have ten (10) working days to complete the review of each deliverable. During the review period, the Contracting Officer Technical Representative (COTR) will have the right to reject, or require correction of, any deficiencies found in the deliverables that are contrary to the information contained in the contractor's accepted proposal. In the event of rejection of any deliverable, the contractor will be notified in writing by the COTR of the specific reasons why the deliverable is being rejected. The contractor shall have five (5) workdays to correct the rejected deliverable and return it to the COTR. 5.0 PERFORMANCE MEASURES Performance Measures Quality Expectations a) Completeness Deliverables will be 100% complete. b) Accuracy Deliverables will be 100% accurate. c) Effectiveness All deliverables must contribute to the overall success of the Task. d) Timeliness All deliverables will be on time and within schedule. e.) Communication Communication with client/customers is professional 6.0 PERIOD OF PERFORMANCE The period of performance is 30 days from date of award. 7.0 CONTRACT TYPE This is a firm fixed-price task order. 8.0 INVOICING Original invoices shall be submitted to the GSA Finance Office designated in the contract award document. Copies of invoices shall be mailed to the designated COTR in the contract award document. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/V/VC/GS00V07PDI0002/listing.html)
 
Place of Performance
Address: 1800 F Street NW, Washington, D.C. 20405-0002
Zip Code: 20405
Country: UNITED STATES
 
Record
SN01279787-F 20070425/070424015959 (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 |
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.