Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOURCES SOUGHT

D -- Cloud Service Provider

Notice Date
7/7/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-14-R-0029
 
Archive Date
8/1/2014
 
Point of Contact
Amanda, Phone: 2023078337
 
E-Mail Address
amanda.j.marsh@usdoj.gov
(amanda.j.marsh@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement is not a Request for Proposal (RFP), but a survey to locate potential sources capable of performing the work described below. It is anticipated that a Contractor may be required for an effort to onboard new and existing applications to a FedRAMP accredited FISMA-Moderate Government Community Cloud (GCC); to develop technical design and reference architecture that can be leveraged by any Government agency – Federal, State, or Local; and to support the unique security requirements to protect the data. The presented solutions should highlight criteria for the design, implementation, and post-deployment operations and support of a hybrid cloud to improve scalability; add on-demand capacity; provide Disaster Recovery options; and other cloud characteristics to improve the efficiency and reduce IT cost. The DEA Sterling Park Technology Center (SPTC) has been chosen as one of the DOJ Datacenters for hosting agency-wide solutions. One such solution being worked on is eGIS – A Geospatial Information System (GIS) offering Google Earth Enterprise (GEE) and ESRI ArcGIS mapping services. The current solution is being hosted on-premises in SPTC. The solution is a combination of RedHat Linux and Microsoft Windows Server based Virtual Machines with back-end data on EMC VMax SAN. DEA seeks a secondary site to be hosted on a FedRAMP compliant Government Community Cloud (GCC) by an authorized Cloud Service Provider (CSP). The system architecture for eGIS has been designed to satisfy the requirements of two industry leading Commercial Off-The-Shelf (COTS) products – Google Earth Enterprise (GEE) and Environmental Systems Research Institute, Inc. (ESRI) ArcGIS Server. The ArcGIS Servers and Web Adapters will run on Microsoft Windows Server 2012 R2. The Google Earth Fusion platform and the Google Earth Server Virtual Machines will run Red Hat Enterprise Linux (RHEL) 6.5 with XFS to support a 16TB+ file system. An Oracle 12c Database farm will be the primary database application to support both spatial and non-spatial data. Requirements for Secondary site: 1. Geospatial Mapping services and failover capability (from on-premises primary site to secondary site in the cloud) 2. Live site to meet SLA requirements - 24x7 availability (at least 3 nines - 99.9% availability) 3. DR capabilities - Backup raw data ~ 10TB 4. Support for RedHat Enterprise Linux (RHEL) 6.5+ based VMs 5. Support for Microsoft Windows Server 2008R2 and Windows Server 2012R2 based VMs 6. Virtual Machine bursting capability including VM conversion (if needed) Requirements for Cloud Service Provider (CSP): 1. FedRAMP accredited FISMA-Moderate Government Community Cloud (GCC) offering – a. Infrastructure as a Service (IaaS) b. Platform as a Service (PaaS) – Optional 2. Proven expertise in Hybrid cloud solutions 3. Global load-balancing (GLB/GSLB) solution compatible with on-premises F5 load-balancer 4. Supported and managed by US Citizens only with required clearances The objective of this proposed contract will be to establish a process for the contracting of specific tasks to support the cloud initiatives as identified by DEA, the development and publication of technical design and reference architecture. The specific tasks shall be identified by DEA with input from the Contractor and various outside sources. Any vendor developing the government’s requirement may be excluded from participating in future procurement opportunities. Minimum capabilities must include documented evidence of experience and expertise in all of the following areas: 1) Demonstrated experience in Hybrid cloud solutions; 2) Demonstrated experience in Identity Federation; 3) Demonstrated capability of hosting complex solutions with unique storage requirements like eGIS; 4) Demonstrated experience in FISMA-moderate and FISMA-high information systems; and 5) Demonstrated experience in the development of training materials and marketing/outreach programs that promote the use reference architecture to other agencies. Firms with these capabilities are invited to submit complete information to the procuring office identified in this notice within ten (10) calendar days from the date of this notice. Information furnished should include: 1) the number and professional qualifications of scientists, engineers, technical, and other appropriate personnel; 2) company experiences related to the proposed project; 3) a description of general and special facilities; and 4) other literature which demonstrates minimum capabilities listed above. Submission of complete information to the procuring officer by electronic means is acceptable. Interested vendors should also provide the Government the following information: point of contact, address, telephone and fax numbers, email address, DUNS number, Tax ID Number, as well as business size category (large, small, small disadvantaged, etc.), NAICS code and, if applicable, whether this work was/is being done for other government agencies (and if so, the names of the government agencies). Responses shall not exceed fifteen (15) pages. This synopsis is for information and planning purposes only and the Government will not pay or otherwise reimburse respondents for information submitted. Based upon responses received, the Government reserves the right to set aside any and all procurements that may result hereunder for small businesses. Responses shall be submitted to Amanda.J.Marsh@usdoj.gov by the indicated reply by date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-14-R-0029/listing.html)
 
Record
SN03416472-W 20140709/140708021831-6ddff781ca791262efd30be4047e4c9e (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.