Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
MODIFICATION

D -- Multilevel Access Reduced Sign-on (MARS) Capability - MARS - MARS

Notice Date
5/12/2015
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
MARS
 
Archive Date
6/23/2015
 
Point of Contact
Walter F. Holt, Phone: 301-225-4502, Natasha L. Abbington, Phone: 301-225-4051
 
E-Mail Address
walter.f.holt.civ@mail.mil, natasha.l.abbington.civ@mail.mil
(walter.f.holt.civ@mail.mil, natasha.l.abbington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Figures Attachment 2 - Definitions REQUEST FOR INFORMATION Multilevel Access Reduced Sign-on (MARS) Capability Defense Information Systems Agency (DISA), Services Development Directorate, Emergent Services Division is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/ Description of Procurement The DISA Emergent Services Division is seeking information from potential sources with innovative commercial solutions and/or emerging technologies which will provide a capability that currently does not exist in the Department of Defense (DoD), and will meet the requirements identified under Technical Characteristics. With the advent of new technology that allows for multi-domain access from a multilevel client device, there is an increasing demand for a simplified logon solution. While the hardware infrastructure can be reduced down to one client and one wire for the end user, the current technology still requires a separate logon credential for each domain and repeated authentication at the application level. The capability desired will provide a single token logon, providing access to systems at multiple security classification levels and compartments, and will interoperate with existing commercially available multilevel access solutions. 2. Scope of Effort Warfighters require access to many different security domains, to include, but not limited to, multiple security classification levels and compartments. They require this access simultaneously, within direct view at their work station. Currently, this access requires the user to authenticate separately on each security domain (i.e., logon to each security domain individually), requiring different credentials that may consist of multiple hard tokens and/or multiple highly complex passwords. The proposed technology desired will allow operational commanders across Combatant Commands, Services, and Agencies throughout the DoD to reduce their logon requirements down to one single token to gain access to all authorized domains. DISA Emergent Services Division partners with the Office of the Assistant Secretary of Defense for Research and Engineering (ASD(R&E)) to deliver developmental and/or operational prototypes. In alignment with the ASD(R&E) timelines, proposed capabilities shall have deliverables within 12-24 months. 3. Technical Characteristics The Government is interested in deploying solutions that use standardized components that have already been certified against applicable standards and authorities such as FIPS 140-2, Common Criteria, NIAP Protection Profiles, and United Cross Domain Management Office (UCDMO) baseline. DISA Emergent Services Division is interested in systems that consist of components that can be swapped out for one another with minimal time and cost. DISA Emergent Services Division is looking for a defense-in-depth solution that will maintain appropriate security domain separation and provide multifactor authentication of the authorized human user. The solution should provide a common authenticator that can then assert to the various security domains to which that the user has been authenticated and authorized. The solution will utilize a collection of GFE multilevel end user devices (EUD) that may be thick, thin, or zero clients. The EUD provides access to all of a user's authorized domains, including video and voice. It also provides a guest remote access through an interagency portal that takes them to their home portal. From a user's perspective, the EUD provides access to multiple security domains but does not have the ability to transfer data between security domains. Initial authentication of the user should be with a hard token (CAC preferred). Applications that require PKI based operations to be performed (authentication, digital signatures, encrypt/decrypt, hashing) should not need to reach back to the initial authentication token at the EUD. The solution needs to integrate with the established PKI infrastructure for each domain. Any secondary credentials required by the solution should comply with NIST SP 800-157 and be stored in hardware-backed storage such as HSM, TPM 1.2, TPM 2.0, or FIPS 140-2 hardware module. The solution does not implement application single-sign-on (SSO) but should be an enabler for those applications using SSO with Active Directory Servers within each security domain network. The solution must: • Properly perform path validation of all certificates. • Conform to DoD X.509 Certificate Policy for both unclassified and classified systems. • PKI actions, direct or indirect, need to be captured in audit records that can integrate into existing IDS solutions. The focus is the creation of audit records not the analysis of them. • Support transition to ECC and SHA-2, especially from the EUD. • Provide communication transport that is Suite-B compliant, when required. • Maximize the use of existing standards and minimize the use of proprietary protocols. All use of proprietary protocols requires explicit Government permission. • Minimize, control, and secure information transfer between classified and unclassified networks. If a Cross Domain Solution (CDS) is used, it must be on the UCDMO baseline. • Present a common end user experience such that users can obtain network access to authorized domains from any DoD location, providing both local and remote facility guest access. This effectively supports a DoD enterprise. 4. REQUESTED INFORMATION: (1) Provide responses to the following questionnaire: - One of our goals is to identify malicious use of keys. What tools, techniques, and capabilities do you have to detect and audit malicious use of keys? - Have you ever taken a product through SABI, TSABI, and ATO? - Do you have any experience with Type 1 products? - What cross CDS capabilities do you have? - Have you successfully deployed any CDS systems to ATO? If so, what was your contribution to the architecture and to the ATO? - What is your defense-in-depth strategy for this type of solution? - Have you designed or deployed a successful PKI architecture? - What specific qualifications do you have that shows you will be successful? (2) Submit a capabilities statement which should include the following: - Provide hardware/software compatibility list for proposed solution. - Provide list of certifications (FIPS, NIAP, etc.) for identified hardware and software. - Outline a notional architecture. - Provide a cost estimate for submitted technical options. Include estimated cost of any required certification efforts. - Provide a list of milestones and deliverables, with estimated timeline. RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 15 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email NLT June 8, 2015, 4:00 PM Eastern to carol.s.embrey.civ@mail.mil. INDUSTRY DISCUSSIONS: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to walter.f.holt.civ@mail.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after May 28, 2015, 4:00 PM Eastern will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses. DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/MARS/listing.html)
 
Place of Performance
Address: 6914 Cooper Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03729009-W 20150514/150513000232-47f0e2e284f9fb1eeaf2c6fec3adf94e (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.