Washington, DC Bids > Bid Detail

USACESS 2.0, IDENTITY, CREDENTIAL, AND ACCESS MANAGEMENT

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159010572217314
Posted Date: Oct 3, 2022
Due Date: Oct 14, 2022
Solicitation No: 47QTCB22N0003
Source: https://sam.gov/opp/773304dc74...
Follow
USACESS 2.0, IDENTITY, CREDENTIAL, AND ACCESS MANAGEMENT
Active
Contract Opportunity
Notice ID
47QTCB22N0003
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA/FAS ITC OFFICE OF ACQUISITION OPERATIONS, INTERAGENCY CONTRACTS
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 03, 2022 12:27 pm EDT
  • Original Published Date: Sep 07, 2022 04:02 pm EDT
  • Updated Response Date: Oct 14, 2022 12:00 pm EDT
  • Original Response Date: Oct 07, 2022 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 07, 2022
  • Original Inactive Date: Nov 07, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 518210 - Data Processing, Hosting, and Related Services
  • Place of Performance:
    Washington , DC
    USA
Description View Changes

AMENDMENT 1: The due date for this RFI is extended under Section 4.0 below. Response files should not exceed 20 MB and be submitted to Carolyn Mosinski at carolyn.mosinski@gsa.gov no later than 12:00 noon EST Friday October 14, 2022. There are no other changes to this RFI, other than, the revised submission date.





GSA IDENTITY, CREDENTIAL, AND ACCESS MANAGEMENT



USAccess 2.0 Draft PWS



Request for Information





THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME.



1.0 BACKGROUND



The General Services Administration (GSA) provides an end-to-end Personal Identity Verification (PIV) Credential issuance and PIV Credential maintenance solution to the Federal Government via its Homeland Security Presidential Directive 12 (HSPD-12) Managed Service Office (MSO), also known as the USAccess program. Since its inception in 2007, the program has issued more than 1.2 million PIV cards - and there are now over 800,000 active cards across 105 customer agencies.



The MSO provides the operation, maintenance, and enhancements of the USAccess system (Identity Management System [IDMS], Credential Management System [CMS]), the related interfaces, enrollment, activation, and issuance infrastructure, and customer support. USAccess provides the continuity of service to customer agencies’ cardholders and agency system operators. GSA’s success as a service provider to the Government depends heavily on an environment of continuous improvement. The current USAccess system interfaces with card personalization, card printing solutions vendors, multiple CA vendors for the supply of Public Key Infrastructure (PKI), certificates for PIV cards, PIV-I cards, and derived PIV credentials. This solution is in use across the federal workspace. The envisioned new USAccess system would perform all of these functions in an innovative, streamlined manner and have the agility to change with new technologies.



USAccess is in the process of modernizing its systems and processes. To that end, it has created a draft Performance Work Statement (PWS) to acquire a next-generation HSPD-12 USAccess core-services infrastructure that will support:




  1. applicant sponsorship, enrollment, biometric submission,

  2. an appointment scheduling platform,

  3. credential issuance, maintenance and management, and

  4. comprehensive data management for appointment, identity and credential management as well as full Personal Identity Verification (PIV) enrollment record maintenance (formerly entitled “chain-of-trust”)



2.0 REQUESTED INFORMATION



GSA seeks industry feedback on the attached draft PWS to help improve its approach to modernizing and ultimately providing a high-quality service to all USAcess users. GSA is interested in detailed feedback regarding the draft PWS. When reviewing and providing feedback, please consider the following and be specific as possible:




  1. If your company was responding to this PWS, what questions would you have for the government?

  2. Where are there ambiguities? Where can the government refine or improve its requirement?

  3. What additional information would your company need to develop both a technical and pricing response?

  4. What other recommendations do you have for the government as it further develops its future requirements for USAccess 2.0?



The primary purpose of this notice is to encourage feedback on the draft PWS. In addition to feedback on the draft PWS, GSA is interested in industry feedback on the questions in Section 3.0 below.



3.0 VENDOR QUESTIONS




  1. What would be the primary components of your company’s pricing approach? Please be as honest and specific as possible as this information will provide benefits to both the government and industry with respect to future pricing and contract administration.

  2. What components of cloud infrastructure, platforms, or services would you envision in your approach?



      1. Which of these should be hosted by the government vs. a contractor?





  3. How would your approach incorporate product/software licenses and consumption-based offerings, both from a pricing and technical perspective? Please be as specific as possible.

  4. To what extent would your solution to this PWS involve COTS, proprietary, or open source software and hardware?

  5. The government understands there will be a balance between commercial products and government-requested customizations and configurations. To what extent would your approach and solution meet the requirements described in the draft PWS with zero customizations? Feel free to provide qualitative or quantitative feedback.

    1. How should the government approach ongoing upgrades and innovative modernization in a USAccess 2.0 system? For instance, traditional O&M, agile sprints, custom add-ons and APIs, etc.



  6. What types of labor would your company need over the next 5-10 years to manage USAccess 2.0 as well as continually innovate and upgrade? Cyber, help desk, developers, design experts, data analysts, etc.?

  7. What hardware, if any, would the government need to use your solution? How would this be used at various USAccess customer sites?

  8. With respect to specific requirements in the PWS, how would your company expect to manage the complex multi-stakeholder environment, e.g. internal GSA requirements, feedback from 100+ USAccess customer agencies, evolving government-wide policies, etc.?

    1. What specific recommendations do you have for how the government should contract for this ongoing stakeholder management?



  9. Could your company participate in a live demo of your approach and solution during a competitive solicitation process?

    1. What are the benefits and potential drawbacks for the government if demos were used in an evaluation?



  10. If your company is not a small business, how would your approach involve small business partners or subcontractors?

  11. Has your company provided the same or similar services for other customers (government or commercial)? If so, please provide the name of the customer organization or agency and a brief description of similar work completed.



4.0 RESPONSE GUIDELINES



All interested parties should respond to this RFI with feedback on the draft PWS and answers to the questions listed above. Responses must include your company’s unique entity ID (UEI) and your company’s point of contact. Response files should not exceed 20 MB and be submitted to Carolyn Mosinski at carolyn.mosinski@gsa.gov no later than 12:00 noon EST Friday October 14, 2022.



5.0 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. If a solicitation is released, it will be synopsized on the GSA e-buy website or www.sam.gov. Potential responders are solely responsible for monitoring this site for additional information pertaining to this requirement.



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.








Attachments/Links
Contact Information
Contracting Office Address
  • 1800 F STREET, NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >