Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2009 FBO #2620
SOURCES SOUGHT

D -- FAS Hubsite Relocation

Notice Date
1/26/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-SS-09-0001
 
Response Due
2/10/2009
 
Point of Contact
Carolynn J. Phelps,, Phone: 202-205-5649, Rodney A. Nelson,, Phone: 2022058961
 
E-Mail Address
carolyn.phelps@one.usda.gov, rodney.nelson@wdc.usda.gov
 
Small Business Set-Aside
N/A
 
Description
The United States Department of Agriculture (USDA), Acquisition Management Division on behalf of the Foreign Agriculture Service (FAS) is issuing this Sources Sought Notice (SSN) as part of market research to determine the availability of services, products, and capabilities in the marketplace. FAS is conducting market research to gain an understanding of the capabilities and qualifications that exist in the marketplace as well as formulate a performance-based acquisition strategy. This SSN is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this SSN. Responses to this SSN will not be returned. Respondents will not be notified of the result of the review. FAS has the primary responsibility for USDA’s international activities—market development, trade agreements and negotiations, and the collection and analysis of statistics and market information. It also administers USDA’s export credit guarantee and food aid programs, and helps increase income and food availability in developing nations by mobilizing expertise for agriculturally led economic growth. This Sources Sought Notice outlines the requirements for FAS Hubsite Relocation in terms of the objective and measurable outputs. FAS requests information on the cost and availability of 2-3 contiguous racks within a secure data center housing site in Brussels, Belgium; Amsterdam, The Netherlands; Tokyo, Japan; Hong Kong, China: Singapore, Republic of Singapore; and Sao Paulo, Brazil. Equipment to be installed in these racks will include communications and backup equipment consisting of a combination of servers, routers, switches, security equipment, filers, tape libraries, storage devices and related devices. Specifications should reflect dual power sources with maximum 40 amps each source, redundant electrical and 10Mbps Internet connection with 16 Internet IP addresses. Must be able to increment the 10Mbps Internet connection. Availability for contact 24x7. Security-in-depth (i.e. Mantraps, Badges, biometrics) The USDA is open to alternative ideas. Respondents are encouraged to provide information about alternatives that can help the USDA FAS better define its requirements and obtain a contract management solution that meets its needs. Description of Information Requested: Vendor Profile and Capabilities: 1. Provide a capabilities statement, with sufficient information that demonstrates an ability to fulfill the above requirements. This capability statement should address, as a minimum, relevant company past performance, relevant company experience, key personnel skills and a brief technical approach. Please include DUNS number, applicable NAICS codes and business type in this statement, and identify whether the vendor’s services are available through GSA Federal Supply Schedule or other Government-wide Acquisition Contracts. Potential Requirements: 1. Provide alternative and progressive approaches to providing the items covered in this request. Security Questions: 1. Does your company provide Classified hosting services? 2. Provide description of physical security components that are available. 3. Have your facilities been certified, by which agencies or what certifications? 4. In addition, address your technical capabilities to protect information for “moderate” impact levels as required by NIST:  FIPS 199 Standards for Security Categorization of Federal Information and Information Systems February 2004  FIPS 200 Minimum Security Requirements for Federal Information and Information Systems March 2006  Federal Information Security Management Act of 2002 (FISMA) The publications include: o FIPS Publication 199, Standards for Security Categorization of Federal Information and Information System o FIPS Publication 200, Minimum Security Requirements for Federal Information and Federal Information Systems o NIST Special Publication 800-30, Risk Management Guide for Information Technology Systems o NIST Special Publication 800-37, Guide for the Security Certification and Accreditation of Federal Information Systems o NIST Special Publication 800-37 Revision 1, (initial public DRAFT) Guide for Security Authorization of Federal Information Systems: A Security Lifecycle Approach o NIST Special Publication 800-39, (second public draft) NIST Risk Management Framework o NIST Special Publication 800-53 Revision 2, Recommended Security Controls for Federal Information Systems o NIST Special Publication 800-53A, Guide for Assessing the Security Controls in Federal Information Systems o NIST Special Publication 800-59, Guide for Identifying an Information System as a National Security System o NIST Special Publication 800-60, Revision 1, Guide for Mapping Types of Information and Information Systems to Security Categories Infrastructure Questions: 1. Provide hardware and software requirements that would be needed to perform your recommended approach, provide estimated costs if possible. 2. Can Government Furnished Equipment be used or is the option available for government procuring the equipment through your company? Operations and Customer Interface Questions: 1. What types of Operations tools does your company use to monitor your system? Service Questions: 1. What is your standard SLA? 2. Provide a statement of the level of service available and what are the steps to receive technical support? Business Management Questions: 1. Provide recommendations on preferable contract type and structure. Project Logistics Questions: 1. What would be a reasonable timeframe for phase-in, phase out activities. 2. What are the likely challenges to management of a transition? Summary Questions: Based on the written results of this SSN, if funding is available and USDA/FAS deems that sources are available to proceed with relocation of FAS Hubsites, the government will develop an acquisition strategy and may submit a follow-on announcement in FEDBIZOPPS requesting formal proposals. All responses and information must be in written format (MS Word or Adobe Acrobat) and transmitted electronically to the both the Primary (Contracting Officer) and Secondary (Contractor Support) points of contact listed in this SSN. E-mail subject title to be used for responses is “Vendor FAS Hubsite Relocation SSN Response”. Responses must not exceed 15 pages (excluding GSA FSS or GWAC documentation). A page is considered one side of a standard letter sized (8 ½ X 11 inch) sheet of paper. Font size must be no smaller than 10 point font.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93a34ec1b8b5d67e7ac79a2e2c555311&tab=core&_cview=1)
 
Place of Performance
Address: Place of Performance: Contractor overseas sites located in the cities of Brussels, Belgium; Amsterdam, The Netherlands; Tokyo, Japan; Hong Kong, China: Singapore, Republic of Singapore; and Sao Paulo, Brazil., United States
 
Record
SN01737710-W 20090128/090126214612-93a34ec1b8b5d67e7ac79a2e2c555311 (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.