Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOURCES SOUGHT

D -- 2Factor Authentication Capability

Notice Date
5/8/2018
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-18-CSC04
 
Archive Date
6/1/2018
 
Point of Contact
Irma Studivant, Phone: 210-395-1010
 
E-Mail Address
irma.studivant@us.af.mil
(irma.studivant@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. INTRODUCTION This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) clause 52.215 3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published only to obtain information for use by the Air Force Life Cycle Management Center (AFLCMC), Cyber Strategy Cell (HNC-CYC), Joint Base San Antonio - Lackland, TX for planning purposes only. This RFI does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote, or an indication that the United States Government (USG) will contract for the items provided by submitter. The USG will not reimburse respondents for any cost associated with the preparation or submission of the information requested. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any request for a solicitation package will be disregarded. The USG does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to pay for direct or indirect costs or changes by the USG will arise as a result of preparing submissions in response to this RFI and the USG's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. 2. BACKGROUND The goal of this RFI is to identify qualified sources for a Two Factor Authentication (2FA) Capability. Cyber operators are required to log in to multiple systems, devices and applications. The 2FA Capability will allow the user to log into multiple systems, devices and/or applications with a single log on. 3 INFORMATION REQUESTED 3.1 Does the contractor have experience/expertise developing, installing and sustaining 2FA Products? a) Does this experience include planning and conducting technology refresh cycles? b) Does the contractor have a 2FA capability that is available today? lf so, what is the licensing agreement for the capability? 3.2 If the contractor has a capability available, does it meet, exceed or could be modified to do the following? a) Ability to: a. Integrate into a standalone enclave environment b. Integrate with common network appliances (examples include but are not limited to servers, switches, SAN, etc.) c. Integrate with various operating systems d. Integrate with various software products e. Operate within an active directory environment f. Enable smart card logon g. Provide role based access (user, admin, etc.) b) Does contractor have the ability to have new requirements leveraged against the tool? 3.3 Does the contractor have Logistics experience/expertise as follows: a) Preventive Maintenance plan(s) and Remote Maintenance plan(s) b) Providing Level 1 and 2 Contractor Logistics Support (CLS) c) Analyzing systems for failure modes and Reliability, Availability and Maintainability (RAM) metrics d) Maintaining database of procured licenses and renewals e) Executing warranty repairs t) Managing software and hardware obsolescence issues 3.4 Does the contractor have Acquisition Process experience/expertise as follows: a) Risk Management Framework (RMF) and Authority to Operate (ATO) documentation and processes b) Implementing security controls and software patches 4.0 HOW TO RESPOND 4.1 All interested, capable, and responsible sources that wish to respond to this RFI, please respond with a capability statement/white paper via email no later than 17 May 2018 to aflcmc.hnck.workflow.1@us.af.mil. 5.0 QUESTIONS 5.1 If you have any specific questions (relating to the above referenced information only) please submit them in written format to the email address above. Telephonic questions will not be entertained, and responses to this RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-18-CSC04/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN04915021-W 20180510/180508231218-528ee9f847d860521fa2ea3d22184a84 (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.