The RFP Database
New business relationships start here

enterprise Self-Service Password (SSPW) reset product primarily on IBM z/OS systems.


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

REQUEST FOR INFORMATION
The Defense Information Systems Agency Mainframe Line of Business (MLOB) 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 - In support of our Mission Partners efforts to meet the requirements of the Modernizing Government Technology Act of 2016, Defense Information Systems Agency (DISA) is conducting market research to ensure better understanding of the capabilities available in the market place relevant to an enterprise Self-Service Password (SSPW) reset product to be used primarily on IBM z/OS systems.


2.    Scope of Effort - The scope of this RFI is to determine industry products available that provide a SSPW reset product on an IBM mainframe environment. Password reset capabilities must work in correlation to the technical characteristics below.


3.    Technical Characteristics -


a)    Support for all 3 z/OS-based Access Control Products (ACPs) - CA-ACF2, IBM RACF, CA-TSS. Additionally, we desire the ability of support for Microsoft Windows LDAP / Active Directory management.
b)    Support for FIPS 140-2-compliant encrypted sessions between product and end users.
c)    Hardened Implementation. We need DISA STIG-type and/or Best-Practices security recommendations in order to ensure a secure implementation.
d)    Full Auditing & Reporting. We need full auditing support to include tracking of password change events and changes made to the product configuration. Reporting capability should be included.
e)    Administration. We need to be able to limit administrative capabilities to authorized admins.
f)    User Verification. Factors should include the ability to use DOD Common Access Card (CAC) PKI credentials and other DOD approved forms of two-factor authentication.
g)    Product Support. We will need full vendor support for product maintenance, questions, and problems.
h)    The product must allow end users to self-enroll and subsequently perform self-service password RESUMES and RESETS. This function should NOT support suspensions issued by ACP Administrators.
i)    It is desired that the solution also include the ability to reset a password that has either been 1. Forgotten or 2. Incorrectly input, be available on the log-in screen.


4.    Requested Information -


a.    Describe your technical abilities to provide DISA and its Mission Partners with a service solution.
b.    Identify software product names and part numbers.
c.    Identify current contracts available to the Government (i.e. ESI, NASA SEWP, GSA, etc.) which could facilitate acquisition of identified software products.
d.    Identify licensing schemas available (i.e. Perpetual, Annual, Subscription, Software as a Service, etc.)


RESPONSE GUIDELINES:


Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed five, 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.


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 Lisa Pregartner at Lisa.A.Pregartner.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 02 December 2019 at 10 AM EST 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.


 


Lisa A. Pregartner, Contract Specialist, Phone 7172679227, Email lisa.a.pregartner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP