Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOURCES SOUGHT

R -- Managed Application Hosting Services

Notice Date
2/21/2007
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA, 400 7th Street SW MC-MBA, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DTMC75-07-S-0002
 
Response Due
3/22/2007
 
Archive Date
4/6/2007
 
Description
This sources sought is a Request for Information (RFI) prior to drafting and releasing any resultant solicitation. The information contained in this sources sought notification is based on the best and most current information available to date, is subject to change and is not binding on the part of the Government. Any significant changes will be provided in the subsequent synopsis, if required. The Department of Transportation?s Federal Motor Carrier Safety Administration (FMCSA) is seeking potential vendors (government or commercial) capable of providing Managed Application Hosting Services. The purpose of this effort is to assist the Government in completing its acquisition strategy. In the event that a solicitation is released, it is the Government?s intent to make one award. If you are a company that possesses the following capabilities, you are encouraged to respond: experience with large scale hosting environments, broad range of application types, large number of help desks requests, etc. The email response shall contain the following subject line, ?STMC75-07-S-0002 Sources Sought Response to Managed Application Hosting Services.? Use of any other subject line may delay your entry. All email responses from prospective sources must include the return email address, company name, mailing address, telephone number, facsimile number and point of contact within the body of their response. In addition, please respond to the following questions: 1. Is your business a large or small business concern? (For the purpose of determining your business size, the North American Industry Classification System (NAICS) code is 541513 with a size standard of $ 23 million average annual receipts over the past three years will be utilized for this acquisition.) 2. If a small business, please indicate the category of small business. 3. Provide a brief summary stating your interest as a prime contractor or to propose a joint venture. 4. Provide a list of customers (Government/Non-Government) within the past five (5) years, highlighting similar work performed. Include contract numbers, contract type, dollar value for each procurement, and point of contact/addresses/and phone numbers along with a brief description of the work performed. 5. Provide demonstrative information relative to past performance and the ability to perform ALL tasks in the following: A. Please provide a comprehensive list of your data center capabilities including: o Core services provided o Skills matrix including your resources technical knowledge domain and staff training provided o Market viability including position in the hosting marketplace, market differentiators and support for Federal clients o Customer support capabilities such as help desk o Performance management support including monitoring, capacity planning and SLA management o Support processes for data migration and transition B. Please provide a comprehensive description of your technical environment including: o All platforms and applications supported o Support capability for development, test and production environments o Processes for data backup, restore and disaster recovery o Security regulation compliance for physical and logical infrastructure C. Please provide a comprehensive description of your delivery model including: o Business model supported (e.g. dedicated hosting, co-location, etc.) o Capability of customizing the environment to meet client requirements o Capability of adopting innovative technologies D. Please provide a comprehensive description of your pricing model including: o Most cost effective model to provide application hosting services and support o Description of the pricing models that have been used for other Portal Based, Enterprise Applications preferably using a Service Oriented Architecture. o Description of utility-based, capacity-based and on-demand hosting capabilities o Corporate financial strength information including financial viability for supporting Federal clients Areas where a source does not have prior experience should be annotated as such. TELEPHONE REQUESTS WILL NOT BE ACCEPTED OR RETURNED. Submit responses via email, no later than March, 22, 2006, 2:00 P.M. EST to RFI_DCA@dot.gov. at 2:00 PM, EST. Your response is limited to twenty (20) pages exclusive of pamphlets. NO SOLICITATION EXISTS AT THIS TIME. This is not a commitment of the Government to award a contract as a result of this notice or to pay for any information received.
 
Place of Performance
Address: 400 Virginia Ave., SW, Washington, DC
Zip Code: 20024
Country: UNITED STATES
 
Record
SN01235749-W 20070223/070221220406 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.