Search Contract Opportunities

Supervised Remote Identity Proofing (SRIP) Proof of Concept (PoC)

ID: 80TECH25Q0056 • Type: Synopsis Solicitation

Description

Posted: March 28, 2025, 3:11 p.m. EDT

*Amendment 003 is hereby posted to incorporate the following changes:

1. Provide responses to questions. See Attachment A: Updated Q&A. Changes are in red. The deadline for questions is now closed.
2. Extend the response deadline for quotes from March 31, 2025 at 4:00pm EST to April 3, 2025 at 4:00pm EST.

Amendment 002 is hereby posted to incorporate the following changes:

1) Provide responses to questions.

2) Provide an update to Enclosure 2. All changes are highlighted in red.

3) Extend the response deadline for quotes from March 27, 2025 to March 31, 2025.

See Amendment 002 for more information.

*Amendment 001 is hereby posted to incorporate the following changes:

1) Update the following documents in the Request for Quote in order to incorporate deviations to provisions and clauses in accordance with Executive Orders (E.O.s) 14173 and 14168: Combined Synopsis-Solicitation, Enclosure 1 and Enclosure 2*

See Amendment 001 attachment to this notice for further information.

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. Solicitation number 80TECH25Q0056 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This is a 100% Small Business Set-Aside.

The NAICS Code and Size Standard are 541519 and $34,000,000, respectively. The offeror shall state in their offer their size status for this acquisition.

The National Aeronautics and Space Administration has a requirement for an Identity Assurance Level 3 (IAL3) Remote Proofing Solution. See attached Attachment A: Performance Work Statement (PWS) document.

The Period of Performance of this order shall be the effective date of award through 120 days. The first fifteen (15) days of the requirement will be a ramp-up period to provide time for 5.1.1 through 5.1.5 deliverables, credentialling and coordination. Once the deliverables required within the first fifteen (days) have been completed, the 90-day PoC will commence. The remaining fifteen (15) days following the 90-day PoC shall be reserved for reporting requirements and turn-in.

Delivery shall be free on board (FOB) Destination.

The Government anticipates award of a Firm Fixed Price contract. Basis of Award will be Best Value Trade Off.

Quoters shall provide the information required by FAR 52.212-1, Instructions to OfferorsCommercial Products and Commercial Services, (SEP 2023) which is incorporated by reference. Quoter instructions are provided in Addenda to FAR 52.212-1, are as follows: Enclosure 2: Instructions to Quoters. Submission of quote shall include the following: (1) Quotation Volume, (2) Technical Volume, and (3) Price Volume (to include shipping). All responses shall be submitted electronically to kaelin.w.kelley@nasa.gov and christina.m.ostronic@nasa.gov.

FAR 52.212-2, Evaluation -- Commercial Items, (Nov 2021). The Government will award a Best Value Trade Off contract. See Enclosure 3, Evaluation Criteria.

Quoter shall comply with FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services Found in Enclosure 2. Quoter shall comply with FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services found in Enclosure 1.

Quoter shall comply with FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services found in Enclosure 1.

The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document.

Quotes must be received no later than 4:00 PM Eastern Standard Time (EST) on Monday, March 31, 2025.

Questions regarding this combined synopsis/solicitation are due no later than 4:00 PM Eastern Standard Time (EST) three (3) business days before the deadline for responses.

If you have any additional concerns, please contact the Contract Specialist via email at: kaelin.w.kelley@nasa.gov and the Contracting Officer via email at: christina.m.ostronic@nasa.gov.

Posted: March 26, 2025, 9:25 a.m. EDT
Posted: March 21, 2025, 1:06 p.m. EDT
Posted: March 21, 2025, 12:21 p.m. EDT
Posted: March 14, 2025, 2:55 p.m. EDT
Background
The National Aeronautics and Space Administration (NASA) has issued solicitation number 80TECH25Q0056 as a Request for Quote (RFQ) for a Supervised Remote Identity Proofing (SRIP) Proof of Concept (PoC). This procurement aims to establish an Identity Assurance Level 3 (IAL3) Remote Proofing Solution, which is essential for identity proofing and vetting of all NASA workers, including civil servants, contractors, and interns, prior to granting access to NASA Centers, Facilities, and Information Technology systems. The contract is a 100% Small Business Set-Aside.

Work Details
The contractor shall provide all necessary resources to deliver the following services in accordance with the Performance Work Statement (PWS):
1. Provide a Federally compliant IAL 3 Supervised Remote Identity Proofing service that meets Federal & NASA requirements including NIST 800-63, FIPS 201-3, and others.
2. Demonstrate appointment notifications and enrollment processes via email or text.
3. Conduct authorization and authentication sessions for NASA users.
4. Validate identity attributes through trained operators.
5. Ensure that claimed identities exist in the real world and are validated as genuine.
6. Enable seamless integration with existing NASA Identity and PIV infrastructure.
7. Perform specific capabilities such as planning and schedule management, document delivery, workflow development, remote supervising agent support, and ensuring auditable events are available for investigations.
8. Provide ongoing professional services totaling at least 300 hours during the PoC period.
9. Ensure proper disposal of any/all NASA data according to NIST guidelines at the end of the engagement.

Period of Performance
The period of performance will commence from the effective date of award and continue for a total of 120 days. This includes a ramp-up period of 15 days for initial deliverables followed by a 90-day PoC phase, concluding with an additional 15 days reserved for reporting requirements.

Place of Performance
The services will be performed at Marshall Space Flight Center and the contractor's location.

Overview

Response Deadline
April 3, 2025, 4:00 p.m. EDT (original: March 27, 2024, 4:00 p.m. EDT) Past Due
Posted
March 14, 2025, 2:55 p.m. EDT (updated: March 28, 2025, 3:11 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Huntsville, AL 35812 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
$34,000,000 (value based on agency estimated range)
On 3/14/25 Information Technology Procurement Office issued Synopsis Solicitation 80TECH25Q0056 for Supervised Remote Identity Proofing (SRIP) Proof of Concept (PoC) due 4/3/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC DE01.
Primary Contact
Name
Kaelin Kelley   Profile
Phone
None

Secondary Contact

Name
Christina Ostronic   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 80TECH25Q0056

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 80TECH25Q0056

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 80TECH25Q0056

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 80TECH25Q0056

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA IT PROCUREMENT OFFICE
FPDS Organization Code
8000-80TECH
Source Organization Code
500168982
Last Updated
April 18, 2025
Last Updated By
christina.m.ostronic@nasa.gov
Archive Date
April 18, 2025