SOLICITATION NOTICE
99 -- Federal Bridge Certificates
- Notice Date
- 9/27/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJP-7551 W.J. Hughes Tech Center (ACT)
- ZIP Code
- 00000
- Solicitation Number
- 6109
- Response Due
- 11/28/2007
- Archive Date
- 12/28/2007
- Point of Contact
- AnneMarie Ternay, (609) 485-6990
- Description
- In accordance with Federal Aviation Administration Acquisition Management System (FAA AMS) Section 3.2.1.3.12 and T3.2.1.2, industry is hereby informed that the FAA has a potential requirement for communications using approved Federal Bridge certificates and is seeking information from potential vendors. PURPOSE: This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition. Based on the responses received, a subsequent Screening Information Request (SIR) may be submitted to industry for the purpose of selecting a vendor who meets the requirements stated herein. However, this market survey does not commit the FAA to any future acquisition activity. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from all interested vendors capable of providing Federal Bridge certificates. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard of 750 employees over the past 3 years. BACKGROUND: The WJHTC has a need for data exchange with a variety of internal and external entities. These entities can include FAA facilities, FAA contractors, airlines and other aviation-related entities, other government agencies both domestic and foreign, Department of Defense agencies, and commercial entities. In December 2000, the Federal Chief Information Officer's Council approved the Federal Bridge Certification Authority (FBCA) Certificate Policy. The policy defines the FBCA as an interoperability mechanism for ensuring trust across disparate domains. Successful cross certification with the FBCA asserts that the Applicant Public Key Infrastructure (PKI) operates in accordance with the standards, guidelines and practices of the Federal Public Key Infrastructure Policy Authority (FPKI Policy Authority) and of the Federal PKI Steering Committee (FPKISC). See http://www.cio.gov/fbca. As a result the WJHTC has a need for services to issue and recognize certificates that are compliant with FBCA requirements. TECHNICAL REQUIREMENTS: The offeror selected to provide these services shall substantiate and demonstrate that they meet the following mandatory requirements. 1. Any entity supplying this service must be cross-certified under the Federal Bridge Certification Authority (FBCA) (see http://www.cio.gov/fbca/techio.htm) and be able to issue certificates, including high assurance certificates. 2. Demonstrated capability of Develop a Registration Practice Statement (RPS) that is in compliance with National Institute of Standards and Technology (NIST) guidance and standards and the FBCA requirements. PRICING SUBMISSION: At this time, the number of labor hours required for item nos. 1 and 2 below, as well as the number of certificates required for item no. 3 below, are not yet known. However, the Government is requesting pricing information in terms of the types of labor categories and labor rates that would be required to accomplish item nos. 1 and 2. For item no. 3, the pricing per certificate, per year is requested. 1. Develop a Registration Practice Statement (RPS) that is in compliance with National Institute of Standards and Technology (NIST) guidance and standards and the FBCA requirements. This includes, but is not limited to, Federal Information Processing Standard (FIPS) 201 Personal Identity Verification (PIV) of Federal Employees and Contractors (see http://csrc.nist.gov/publications/fips/). 2. Develop a trust model to recognize and validate certificates from entities that already have Federal Bridge compliant certificates. These certificates should be recognized and accepted at the level they were issued, including high assurance certificates. The model should determine which circumstances that external certificates are to be accepted and which circumstances that the FAA will issue new certificates. 3. Issue certificates within the guidelines of the RPS as needed to FAA, FAA contractors or others that need to exchange data with the FAA. This includes certificates at the appropriate level for the circumstances and includes certificates at the high assurance level. Any price breaks on the number of certificates and the yearly renewal fees per certificate for 5 years. Sources capable of satisfying the above technical requirements should submit a response (no page limitation). Responses containing only company brochures, catalogs, or other types of generic information will not be considered. Pricing information requested above should also be provided. Additionally, interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. An original and one copy of the offeror's submission is required and shall be submitted to FAA William J. Hughes Technical Center, Engineering Services Acquisition Sub-Team, Attn: Anne Marie Ternay, AJP-7951, Atlantic City International Airport, NJ 08405. A CD containing all submission documents in Microsoft Word and Excel is required. NOTE: The electronic submission and the hard copies must be identical. COMPANY POINT OF CONTACT: Submission must include company point of contact, telephone number, facsimile number, E-mail address, and mailing address. CLOSING DATE: All responses to this Market Survey must be submitted to the above by 11/28/07, by 2 p.m. APPLICABLE CLAUSES: All FAA AMS clauses are located at website address http://fast.faa.gov. The following FAA AMS clauses are incorporated into this market survey: 3.2.2.3-14 "Late Submissions, Modifications and Withdrawal of Submittals" (July 2004) 3.9.1-1 "Contract Disputes" (November 2002) 3.9.1-2 "Protest After Award" (August 1997) 3.9.1-3 "Protest" (November 2002) ADDITIONAL INFORMATION: This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract, or to issue a SIR. A procurement package is not available. The Government is not liable for cost associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement.
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6109)
- Record
- SN01422804-W 20070929/070927223541 (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 |