D--JOFOC CyberSafe TrustBroker (Redacted)
ID: 140D0425Q0188Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of the Interior (DOI) is seeking to procure a specialized Multi-Factor Authentication (MFA) solution, specifically the CyberSafe TrustBroker product, from Bull Horn Technologies, the sole U.S. reseller. This procurement is essential as DOI requires a system that supports Single-Sign-On (SSO) options for its SAP BW Modelling/Eclipse integrated development environment tool, while also ensuring compliance with federal security regulations. The TrustBroker product is uniquely suited to meet DOI's needs by supporting smart card functionality without the need for additional infrastructure, which could complicate implementation and increase costs. Interested parties can reach out to Vanessa Barreto at VANESSA_BARRETO@IBC.DOI.GOV or call 703-964-3694 for further information.

    Point(s) of Contact
    Barreto, Vanessa
    (703) 964-3694
    (208) 433-5068
    VANESSA_BARRETO@IBC.DOI.GOV
    Files
    Title
    Posted
    The Department of the Interior (DOI) intends to procure a specialized Multi-Factor Authentication (MFA) solution from Bull Horn Technologies, the sole U.S. reseller of the CyberSafe TrustBroker product. This decision arises because DOI cannot directly procure from the UK-based CyberSafe and requires a system that accommodates Single-Sign-On (SSO) options for its SAP BW Modelling/Eclipse integrated development environment tool. The TrustBroker product uniquely supports DOI's smart card functionality without necessitating additional infrastructure, which could complicate implementation and increase costs. The exploration of alternative SAP SSO solutions revealed limitations, including the lack of active development of SAP SSO 3.0 and challenges in acquiring the necessary software, alongside issues with the cloud-based SAP Secure Login Service. Consequently, the DOI’s market research underscored that TrustBroker remains the most suitable option to satisfy agency needs in compliance with various federal laws regarding security measures, enhancing the system's overall health effectively. This procurement approach highlights DOI's strategy to ensure compliance and functionality while navigating vendor limitations and regulations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    D--Request for Information (RFI) Department of the Interior (DOI), Interior Bu
    Buyer not available
    The Department of the Interior (DOI) is seeking industry input through a Request for Information (RFI) aimed at modernizing its Time and Attendance systems within the Human Resources Directorate (HRD). The initiative focuses on identifying solutions that utilize a modern cloud-hosted, open-source architecture, leveraging microservices to enhance flexibility and scalability for over 35 federal agencies currently using the Quicktime system for time entry and payroll processing. Vendors are invited to submit corporate information and detailed responses addressing system modernization, integration capabilities, security measures, and innovative pricing structures, with responses due by March 21, 2025. Follow-up vendor presentations are scheduled for April 15-24, 2025, and interested parties can contact Christina Lene at christinalene@ibc.doi.gov or 571-732-2675 for further information.
    D--Request for Information (RFI) Department of the Interior (DOI), Interior Bu
    Buyer not available
    The Department of the Interior (DOI) is seeking information from vendors regarding a modernization initiative for its Human Resources Directorate (HRD) systems, specifically focusing on a time and attendance solution. The objective is to replace the existing Quicktime system with a more efficient, cloud-based solution that can accommodate over 168,000 personnel across 35 federal agencies, emphasizing flexibility, scalability, and integration capabilities with existing HR systems. This initiative is part of a broader effort to enhance operational efficiency and compliance within government operations, with a particular focus on data security, historical data migration, and the ability to implement regulatory changes swiftly. Interested vendors should submit their responses by March 21, 2025, and may be invited to present their solutions in April 2025. For further inquiries, vendors can contact Christina Lene at christinalene@ibc.doi.gov or call 571-732-2675.
    Firewall Hardware & Licenses for OIT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the acquisition of firewall hardware and licenses for its Office of Information Technology. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519, emphasizing the government's commitment to supporting eligible small businesses in the technology sector. The selected vendor will provide essential cybersecurity infrastructure, with a firm fixed-price purchase order anticipated to be awarded within 90 days of the contract award. Interested offerors should ensure compliance with federal acquisition regulations and submit their proposals promptly, as late submissions may jeopardize eligibility; for further inquiries, contact Maggie Main at maggie.main@bia.gov.
    RFI - Phishing-Resistant Multi-Factor Authentication (MFA) for Mainframe Platforms & Applications
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to enhance and enforce phishing-resistant Multi-Factor Authentication (MFA) for its IBM and Unisys mainframe platforms and applications. The primary objectives include aligning with federal security mandates, securing high-value assets against cyber threats, and transitioning to a zero-trust security model, all while ensuring compliance with federal security standards. This initiative is critical for modernizing IRS systems and protecting sensitive taxpayer information, with funding supported by the Inflation Reduction Act. Interested vendors must submit their qualifications and technical capability responses by March 13, 2025, and may direct inquiries to Lauren Caperton at lauren.g.caperton@irs.gov until February 26, 2025.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), has issued a special notice of intent to award a sole source contract for IT and telecom business application development support services. This procurement aims to secure specialized services under the NAICS code 541519, which encompasses other computer-related services, to enhance the FWS's IT capabilities. The selected contractor will play a crucial role in supporting the agency's IT infrastructure and application development needs. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.
    7G--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, has issued a special notice of intent to award a sole-source contract for Biomark RFID systems. This procurement is aimed at acquiring compatible equipment necessary for monitoring bat populations at various roosts impacted by dam removal projects on the Klamath River, where existing installations of Biomark systems require the same brand for accurate data comparison. The urgency of this acquisition is underscored by the limited availability of alternatives that can ensure cross-compatibility with the existing systems, making Biomark the only viable supplier. Interested parties can reach out to Carter Duke at carterduke@fws.gov for further inquiries regarding this opportunity.
    7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is planning to award a sole source contract for the Enerdeq web platform, provided exclusively by S&P Global, to facilitate access to essential oil and gas data for managing its refuges. This procurement is critical as it allows FWS to efficiently compile and utilize standardized data, which would otherwise be costly and time-consuming to gather independently. Since 2014, FWS has relied on this annual subscription, valued at approximately $45,000, to support its conservation efforts through reliable data management. Interested parties can reach out to John Skogen at JackSkogen@fws.gov or call 612-713-5210 for further inquiries regarding this opportunity.
    Thermal Monoculars BIA Office of Justice Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Office of Justice Services. The thermal monoculars must meet specific military compatibility requirements, including a BAE 12-micron 640x480 core, an 18 mm F1.0 lens, and a maximum runtime of 8 hours, along with various accessories. This procurement is crucial for enhancing operational capabilities in law enforcement and security within Indian communities. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals, including necessary documentation, by the specified deadline, with the expectation of delivery within 90 days after order receipt. For further inquiries, potential bidders can contact Lara Wood at lara.wood@bia.gov.
    OneSource Database Access for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to procure access to the OneSource database for the White Earth Health Center in Ogema, Minnesota. This procurement aims to establish a centralized database that will provide critical manufacturer-related information, thereby enhancing patient safety and ensuring compliance with accreditation requirements. The contract, valued at approximately $16,800, is set to run from April 1, 2025, to March 31, 2029, and is justified under FAR 6.302-1 due to the unique capabilities of OneSource as the only vendor able to meet these specific needs. Interested parties can reach out to Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.
    D--NPS Microsoft 365 Support
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking industry input for Microsoft 365 support services as part of a Request for Information (RFI) initiative. The objective is to gather insights to refine the draft Performance Work Statement (PWS) and develop an acquisition strategy that enhances the NPS's operational efficiency and customer relationship management capabilities. This procurement is crucial for optimizing the NPS's digital infrastructure, which includes tasks such as Power Platform development, SharePoint management, and application development, all aimed at improving service delivery and visitor experiences. Interested vendors must submit their feedback and responses by March 17, 2025, at 2:00 PM Eastern Time to Carla Mosley at cmosley@ibc.doi.gov, adhering to specified submission guidelines.