The RFP Database
New business relationships start here

Requirement for Computer Tablets


Illinois, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUIREMENT: The Defense Information Systems Agency (DISA) is seeking sources for Computer Tablets

CONTRACTING OFFICE ADDRESS:
Defense Information Systems Agency/Defense Information Technology Contracting Organization (DISA/DITCO - Scott)
2300 East Drive, Building 3600
Scott AFB, IL, 62225-5406

INTRODUCTION:

This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.

DISA/DITCO is seeking information for potential sources for computer tablets with additional hardware in support of the U. S. Navy Mission Systems Support Division.

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

CONTRACT/PROGRAM BACKGROUND:

Contract Number: HC1028-17-A-0008
Contract Type: IDIQ / FFP
Incumbent and their size: Patriot Technologies, Inc. - SB
Method of previous acquisition: Set Aside: 100% for Small Business

The current effort is for four tablet solutions, one storage solution and miscellaneous accessories.

This contract has a not to exceed amount of $45.5M and/or an expiration date of February 8th, 2022.

Place of Performance: Portsmouth Naval Shipyard and other authorized locations

REQUIRED CAPABILITIES:
For a full list of the requirements, see Attachment 1.

Some key requirements are as follows:

1. The Government requires that all tablets to be fully functional with the Windows 10, 64 bit operating system.

2. All tablets must be fully functional after NAVSEA loads/configures the following Department of Navy Required Software. Software versions mentioned are those currently approved for use.

• Microsoft Windows 10 Enterprise
• NAVSEA Provided Supplicant (e.g. Juniper, AnyConnect) supports WPA2-Ent or xSec using DoD PKI
• NAVSEA Provided Supplicant (e.g. Juniper, AnyConnect) supports separate wired 802.1x profile (MSCHAPv2 PEAP) [Required for wired connected maintenance]
• NAVSEA Provided Supplicant (e.g. Juniper, AnyConnect) supports separate device and user authentication
• Symantec Endpoint Encryption (Framework + Full Disk + Removable Storage) v11.1.3MP1
• ActivClient v7.1.x
• DoD Host Based Security System (HBSS) Suite of Tools (All products + VSE v8.8)
• Secure Boot for Credential Guard

3. All tablets must be capable of BIOS Password Protection and have the ability to enable/disable onboard devices (e.g.: Bluetooth, camera, etc.)

4. All tablets must be capable of CAC user authentication by using both ctrl-alt-del on physical keyboard and by using a security button in order to initiate sequence to open the PIN entry form.

SPECIAL REQUIREMENTS

All tablets must be semi-ruggedized for industrial use similar to standards in MIL-STD-810G (or equivalent international standards) for drop and moisture intrusion.

SOURCES SOUGHT:

The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334111, with the corresponding size standard of 1,250 employees. This Sources Sought Synopsis is requesting responses to the following criteria from any businesses that can provide the required services under the NAICS Code.

To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:

Responses should include:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Small Business;
4) Cage Code;
5) Your contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.

Questions regarding this announcement shall be submitted in writing by e-mail to gerald.c.thomas6.civ@mail.mil NLT June 27, 2018 at 4:00 PM Eastern Daylight Time (EDT). Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after June 27, 2018 will be answered. The Government will not reimburse companies for any costs associated with the submissions of their response. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this announcement. 

Vendors who wish to respond to this should send responses via email NLT June 30, 2018 at 4:00 PM EDT to gerald.c.thomas6.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services or deliver equipment listed in this Technical Description. Documentation should be in bullet format.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Gerald C. Thomas, Contract Specialist, Phone 6182299732, Email gerald.c.thomas6.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP