SPECIAL NOTICE
70 -- Public-Facing Digital Certificate Products and Services
- Notice Date
- 4/8/2025 12:17:03 PM
- Notice Type
- Special Notice
- Contracting Office
- TREASURY, DEPARTMENT OF THE US
- ZIP Code
- 00000
- Solicitation Number
- 2033H625N00005
- Response Due
- 5/8/2025 1:00:00 PM
- Archive Date
- 05/23/2025
- Point of Contact
- Purchasing (Contracting), Todd R. Ashcroft
- E-Mail Address
-
purchasing@fiscal.treasury.gov, todd.ashcroft@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, todd.ashcroft@fiscal.treasury.gov)
- Description
- REQUEST FOR INFORMATION NOTICE PUBLIC-FACING DIGITAL CERTIFICATE PRODUCTS AND SERVICES UNITED STATES DEPARTMENT OF THE TREASURY, BUREAU OF THE FISCAL SERVICE INTRODUCTION AND BACKGROUND This is a Request for Information (RFI) notice issued by the United States Department of the Treasury, Bureau of the Fiscal Service, on behalf of Fiscal Service�s Office of Information and Security Services (ISS). The purpose of this notice is to obtain industry information and identify potential sources that are both capable of, and interested in, providing commercial-off-the-shelf (COTS) public-facing digital certificate products and services as described herein. This information is being sought for acquisition planning purposes only. SCOPE AND OBJECTIVES ISS is seeking to identify vendors who can provide COTS public-facing digital certificate products and services, inclusive of the following: Publicly-trusted certificates by the CA/Browser Forum that allow external entities to access public-facing Websites in a secure manner and trust software signed by a code-signing certificate Single-domain (SSL/TLS), multi-domain (SSL/TLS), wild-card (SSL/TLS), and code-signing capabilities Organizational-validated (OV) capabilities Availability of automated certificate retrieval 24/7/365 certificate support services, to include management and reporting capabilities SUBMISSION GUIDELINES Submissions shall include a vendor�s capability to satisfy the technical requirements outlined herein. Responding vendors shall provide a high-level capabilities statement that includes a description of their standard line(s) of business, information outlining their experience, and technical narrative addressing each of the specific products and services described herein, including installation services. In addition to the general capabilities statement and specific technical information, vendors shall provide the following information with their submissions: 1. Name and address of company, contact information, DUNS number, business size (small or other- than-small) along with any specific socioeconomic classification(s) such as HUBZone small business, small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service-disabled veteran-owned small business (SDVOSB), including participation in the SBA�s 8(a) Business Development Program (if applicable). 2. Whether or not the vendor�s products/services are available through an existing Government-wide contracting vehicle or solely in the open market. If the vendor�s products/services are available through one or more existing Government-wide contracting vehicles, a complete list of those contracting vehicles (including vendor contract number). 3. Whether or not the vendor can provide, and is willing to provide, an online presentation and/or a demonstration of its public certificate offerings at the request of Fiscal Service, 4. Published price list(s) for these products/services (i.e. GSA MAS contract, NITAAC, NASA SEWP, in-house, and so forth) that addresses the COTS products and services described in the Scope and Objectives section above, including descriptions, and 5. Relevant past performance references and information for up to three (3) customers that have utilized the COTS products and services for which Fiscal Service is requesting information through this notice. DEADLINE FOR RESPONSES Vendors shall submit responses to this notice by e-mail to purchasing@fiscal.treasury.gov no later than 4:00pm MAY 8,2025. Responses shall reference �2033H625N00005, ATTN: ADJohnson/TRAshcroft - Public-Facing Digital Certificate Products and Services� in the subject line of the e-mail message. All electronic materials and attachments submitted shall be formatted in accordance with the Bureau of the Fiscal Service�s Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be opened: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files. The Government does not allow 3rd party messaging systems/secure mail. Microsoft Office non-macro enabled compatible documents are acceptable. If the interested vendor determines that other formats are necessary, the interested vendor shall verify with Fiscal Service that those formats are acceptable. DISCLAIMERS This RFI is being issued in accordance with FAR Part 10. This RFI is not a request for proposal/request for quotation (RFP/RFQ) for any products and/or services, and it does not constitute a promise or imply an obligation on the part of the Government to issue an RFP/RFQ for any products and/or services or to purchase any products and/or services in the future. No technical approach is being requested or will be considered at this time. This request is only a request for information to gather market research information about the availability of commercial sources in the industry. Vendors responding to this RFI are hereby advised that the Government will not pay for any information or administrative costs incurred by the responding vendors; all costs associated with responding to this RFI shall be borne solely by the responding vendors. Responding vendors are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response; the Government will not be liable for, or will not suffer, any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with the Trade Secrets Act (18 U.S.C. 1905). NO DETERMINATION AS TO THE VIABILITY OF THIS POTENTIAL REQUIREMENT HAS BEEN MADE, AND NO SOLICITATION IS AVAILABLE. Requests for additional information and/or a copy of the solicitation WILL NOT be considered an affirmative response to this posting. Telephone responses or inquiries to this request WILL NOT be accepted. All responding vendors are advised that responses to this notice will NOT be considered for contract award. If a solicitation does result from this RFI, interested vendors shall respond separately and formally to be considered for contract award. This RFI does not restrict the Government to an ultimate acquisition approach, should an acquisition result from this RFI. Interested vendors may register at https://sam.gov/content/opportunities to receive notifications when information is posted related to this requirement, such as when amendments are available for viewing and/or downloading. Please note that SAM.gov provides the notification service as a convenience and does not guarantee that all persons on the mailing list will receive notifications; therefore, Fiscal Service recommends that vendors monitor SAM.gov for all information relevant to desired acquisitions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4828036cf0284a9da39737910c937e5e/view)
- Place of Performance
- Address: Parkersburg, WV 26105, USA
- Zip Code: 26105
- Country: USA
- Zip Code: 26105
- Record
- SN07400773-F 20250410/250408230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |