Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SPECIAL NOTICE

D -- Production and Deployment of BMC Remedy

Notice Date
5/25/2007
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFI-00000145
 
Response Due
6/1/2007
 
Archive Date
6/16/2007
 
Description
1.0 Description The objective of this Request for Information (RFI) announcement is to obtain information on capabilities currently available in the marketplace, based on the requirements outlined, from all interested parties. Responses to this RFI will assist the Office of the Comptroller of the Currency (OCC) in determining acquisition strategies. 1.1 Purpose The Office of the Comptroller of the Currency (OCC) is requesting information on the capability of commercial and other entities to provide implementation of a BMC Remedy (http://www.bmc.com) web-based application into a production environment which includes identity credential services using RSA (http://www.rsa.com) technology to provide 2 factor authentication. The identity credentials will meet the requirements of the Federal Governments Assurance Level 3 and Level 4 standards, as defined in Office of Management Budget (OMB) M-04-04 E-Authentication Guidance for Federal Agencies, and as measured in accordance with National Institute of Standards and Technology (NIST) Special Publication (SP) 800-63 Electronic Authentication Guideline: Recommendations of the National Institute of Standards and Technology, and the E-Authentication Credential Assessment Framework. (See http://www.cio.gov/eauthentication) OCC is seeking information from entities for which development, production and implementation of BMC Remedy web-based applications is currently a line of business. Information is also sought on their capability to provide implementation of access to a BMC Remedy web-based application using RSA technology for 2 factor authentication. 2.0 Functional Requirements Respondents are requested to provide information in response to the following functional requirements: -- Deployment of BMC Remedy web-based application (Remedy ARS 7.0 with a mid-tier front-end) from a development environment into an environment that supports issuing credentials to the public in a manner compliant with requirements specified in NIST SP 800-63 for assurance levels 3 and 4 (i.e., USERID/Token + PIN and/or USERID/ Token + Password) using RSA technology. -- Ability to implement a fully integrated service that could meet the functional capabilities, including utilizing equipment, components, and/or services provided from OCC and/or multiple vendors working in partnership. -- Implementation of an environment that supports the ability to manage compliant identity credentials to the public, manage the credentials throughout the entire lifecycle (i.e., issuance, validation, revocation, renewal), and provide status and other information about the credential when requested by the OCC. -- Compliance with the requirements specified in the Password Credential Assessment Profile v2.0. -- Implementation of an environment that has the capability to provide online registration and credential maintenance (i.e., information updates, resets, termination) in a manner compliant with NIST SP 800-63. -- Capability to provide customer support services. -- Capability to identify and assist in implementation of a scalable architecture to support the interface. -- Capability to implement integrated system by end of calendar year 2007. 3.0 Architectural Descriptions Respondents are requested to provide brief architectural descriptions of the integrated system they would recommend to meet the functional requirements specified in Section 3.0. If the vendor provides more than one architectural option, then brief descriptions per architecture may be provided. Descriptions should be no more than five (5) pages per architecture. Respondents are requested to identify and provide information related to the feasibility and design tradeoffs/implications, if any, in order to meet the functional requirements listed in section 3.0. This information should be no more than two (2) pages per architecture. Respondents are requested to identify and provide information related to implementation schedule considerations for each architecture. This information should be no more than two (2) pages per architecture. 4.0 Instructions for Responding The response should be tailored to this request and specifically address capabilities to provide the services outlined above. Respondents are specifically requested to limit response to 1 or 2 pages. The cover letter submitted in response to this request should include the following information: a) Company Name b) Primary Point of Contact c) Address d) Telephone Number e) Fax Number f) E-mail address for POC g) Interest as Prime Contractor Subcontractor, or other. The cover letter should also indicate the Socioeconomic status of the Respondent organization as one or more of the following: (1) small business; (2) 8(a) business; (3) HUBZone small business; (4) small disadvantaged business; (5) woman-owned small business; (6) veteran-owned small business; (7) other organization.
 
Place of Performance
Address: 250 E. Street SW, Washington, DC
Zip Code: 20219
Country: UNITED STATES
 
Record
SN01303762-W 20070527/070525221901 (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.