DJ01--VA-24-00048118-E-ICAM (Enterprise Identity, Credential, and Access Management) Transportation Support

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B24Q0270

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (25 days ago)

Due Date

03 Apr, 2024 (25 days ago)
Bid Notification

Type

Bid Notification
36C10B24Q0270

Identifier

36C10B24Q0270
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Information Enterprise Identity, Credential, and Access Management (E-ICAM) Transformation Support VA-24-00048118 Introduction This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The
Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 million. 2. Submittal Information: Note: Please be advised that any Contractor, including its team members, that receives the award for this effort will be taking on a significant OCI which may preclude them from submitting proposals for other VA support services contracts. All responsible sources may submit a response in accordance with the below information. The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. There is a page limitation for this RFI of 12 pages. The Government will not review any other information or attachments included, that are in excess of the 12-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in SBA VetCert. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Please be advised that this contract will have extensive conflict of interest provisions that would prevent you from submitting proposals for other VA support services contracts. Considering these restrictions, would you still submit a proposal. If no, please indicate and provide any feedback limiting to one page. VA s ICAM modernization is currently hindered by legacy systems, multiple siloed solutions, ICAM findings, and implementation gaps. The ICAM ecosphere industry is moving fast and with the current advancement, VA is looking to transform their digital identity platform. Provide your direct corporate expertise and approach in transforming the ICAM landscape for a large-scale healthcare organization such as VA (similar in size and complexity) with multiple administrations and staff offices, catering to evolving healthcare user needs. (At least one example from each Federal and Fortune 500 commercial organization but no more than three examples total.) Map the approach and transformation to VA ICAM needs to achieve quick return on investment. The transformation must include end to end enterprise ICAM implementation such as identity services, physical access, and logical access transformation from a legacy to cutting edge technologies. For each corporate experience, please provide contract number, dollar value, place of performance, name of organization, point of contract information of the program manager for the agency or organization. Describe your organization in-house capabilities and dedicated focus on implementing and operating ICAM solutions. As part of this, describe your practice and people strength in providing ICAM industry thought leadership and solutioning labs where new concepts and capabilities are explored and tested along with the ability for collaboration with stakeholders through workshops with cutting edge technologies. Please include your partnership and level of alliances with leading ICAM technology vendors and memberships. Please provide your inputs on cybersecurity-specific contracting vehicles that provide a wide range of customizable cybersecurity services that focus on government priorities, such as Zero Trust Architecture. Has your organization contributed significantly to enhanced cybersecurity for an enterprise by developing and implementing innovative, cutting-edge ICAM solutions in an accelerated manner, such as Digital Identity Wallets, Identity Governance Administration (IGA), or other related ICAM efforts, that were actionable, measurable, and transformational for a large, complex Fortune 500 commercial, Federal, or State organization? If so, please provide details, and include the impact of your efforts on the organization s ICAM modernization program as a prime contractor. Has your organization contributed significantly to developing and implementing comprehensive ICAM and/or cybersecurity policy, guidance, and oversight of implementation efforts for an enterprise that was clearly understood by the audience, measurable, and reportable for a large, complex Fortune 500 commercial, Federal, or State organization? If so, please provide details, including the methods and processes used for the development, implementation, and oversight of the policy as well as the impact of your policy and governance efforts on the organization s ICAM and/or cybersecurity program as a prime contractor. Describe your organization s direct experience and approach in implementing customer and/or citizen-facing identity and access management programs for large, complex state and/or federal organizations in support of government mandates that provide a digital identity fabric for transactions and/or the customer experience. If so, please provide details, and include the impact of your efforts and how you measured and reported them as a prime contractor. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside For Certified SDVOSBs and 13 CFR §125.6, which states the contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are notÂcertifiedÂSDVOSBsÂlisted in the SBA certification databaseÂ(excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question j) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost-effective effort. Submission: Responses to this RFI shall be submitted to the following points of contact via email to Erica.Wortman@va.gov and Edward.Hebert@va.gov no later than at 4:00PM ET on Wednesday, April 3, 2024. Please note VA-24-00048118 E-ICAM Transformation Support in the subject line of your response. The email file size shall not exceed 5MB. See attached documents: Draft E-ICAM Transformation Support PWS

EATONTOWN, NJ, 07724, USALocation

Place Of Performance : EATONTOWN, NJ, 07724, USA

Country : United StatesState : New Jersey

You may also like

USDA OCIO CEC IDENTITY CREDENTIAL & ACCESS MANAGEMENT

Due: 28 Feb, 2026 (in 22 months)Agency: USDA, DEPARTMENTAL ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541512
Classification CodeCode DJ01