Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
SOURCES SOUGHT

70 -- Integrated E-mail Delivery and Campaign Management Solution.

Notice Date
3/6/2015
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 07G12, Alexandria, Virginia, 22350-1300, United States
 
ZIP Code
22350-1300
 
Solicitation Number
DHRA03062015BL1
 
Archive Date
3/21/2015
 
Point of Contact
BARBARA LA FALCE,
 
E-Mail Address
barbara.j.lafalce.civ@mail.mil
(barbara.j.lafalce.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for market research information to identify potential sources that are interested in, and capable of, performing the work described in this RFI. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. The Department of Human Resources Activity (DHRA) is not seeking proposals and will not accept unsolicited proposals. DESCRIPTION: This is a follow-on requirement. DHRA, on behalf of the Defense Manpower Data Center (DMDC) is reviewing the market place for sources that are capable of providing an integrated e-mail delivery and campaign management solution. The solution sought must be capable of ALL of the following: 1. Digitally signed emails. 2. S/MIME Digital Signatures on the mass e-mails in compliance with JTF-GNO CTO [Command Tasking Order] 07-015 [PKI, Phase-II] 3. FIPS 140/180 validated cryptography 4. Ensure emails originate from a.gov or.mil e-mail address 5. Supporting up to 15 million e-mails per year 6. Pre-generated SMTP emails with s/mime digital signatures 7. Ability to send mobile and SMS messages 8. Batch and transactional (real time) message support for XSL and Web Services 9. Accessing external data sources via queries at mailing time 10. Updating recipient records in original data source for hard bounces, unsubscribe and complaints, A/B testing, Ad-Hoc, Scheduled, Recurring or Active Transactional Mailings, Advanced SQL Queries for targeting, viewing in a Browser to include all personalization relevant to each recipient 11. Content blocks to define variables on a per mailing basis, or to override value of system wide variables 12. Ability to detail reporting on a per-mailing basis with a results-breakout per segment, HTML Overlay reporting and near real-time reporting of all results 13. Providing solution support services 14. Be in compliance with relevant DoD cybersecurity requirements to include: • DoD Directive 8500.1 Cybersecurity • DODI 8510.01 Risk Management Framework (RMF) for DOD Information Technology • NIST 800-53 Rev 4 Assessing Security and Privacy Controls for Federal Information Systems and Organizations • DoD Directive 5400.11 DoD Privacy Program • DoD 6025.18-R DoD Health Information Privacy Regulation • DoD 5200.2-R Personnel Security Program • Homeland Security Presidential Directive (HSPD) 12 Background Socially engineered e-mails (Phishing attacks) continue to be the number one attack vector utilized by our adversaries, thus compromising sensitive Information across the Department of Defense. DMDC is responsible for the Research, Surveys, and Statistics Center (RSSC) and the Defense Eligibility Enrollment System (DEERS). Both of these systems use E-mail to contact DoD personnel and family members. Therefore, using Private Key Infrastructure (PKI) to digitally sign e-mail is critical to ensure that e-mails with attached files or embedded web links are from legitimate DoD and DMDC personnel. SUBMISSION INFORMATION: All potential sources are invited to submit a written capability statement that includes information that demonstrates the vendor's ability to provide the services/supplies described in this RFI. Responses shall also include a cover sheet that identifies the following information: 1. Company Name & Address 2. Point of Contact Name/Telephone/Email 3. North American Industry Classification System (NAICS) code. Identify the NAICS code under which your company would provide the supplies/services described in this RFI 4. Business Size/Status. From the list below, identify all of the business sizes applicable to your company under the NAICS code identified at item three above. Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Small Disadvantaged Business Woman-Owned Small Business Large Business 8(a) Certified HUBZone Small Business 5. Data Universal Numbering System (DUNS) Number 6. Commercial and Government Entity (CAGE) Code. 7. If you have a GSA or other contract vehicle that covers these services, provide the contract number. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. All information received in response to this RFI that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and RFI submissions will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if issued. The information provided in this RFI is subject to change and is not binding on the Government. This notice is being issued on the Federal Business Opportunities page as well as on the GSA Federal Supply Schedule E-Buy Portal to ensure a thorough survey of the market has been performed. RESPONSE DUE DATE: Responses are due by March 20, 2015, 11AM Eastern. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contact: Barbara LaFalce, Contracting Officer, Barbara.j.lafalce.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de6320c530796f40c3d481e6047b4b4e)
 
Record
SN03660421-W 20150308/150306234548-de6320c530796f40c3d481e6047b4b4e (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.