Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOURCES SOUGHT

D -- Off-Site Media Storage and Disaster Recovery

Notice Date
9/4/2014
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Social Security Administration, Office of Budget, Finance, Quality and Management, Office of Acquisition and Grants, 1540 Robert M. Ball Building, 6401 Security Boulevard, Baltimore, Maryland, 21235, United States
 
ZIP Code
21235
 
Solicitation Number
SSA-RFI-14-0054
 
Archive Date
10/21/2014
 
Point of Contact
Brenda E. Monch, Phone: 4109659521
 
E-Mail Address
brenda.monch@ssa.gov
(brenda.monch@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information SSA-RFI-14-0054 Offsite Data/Media Storage and Disaster Recovery Social Security Administration (SSA) This is a REQUEST FOR INFORMATION. This notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research and planning purposes. Please reference SSA-RFI-14-0054 when responding to this announcement. Purpose: The Social Security Administration has a need for vaulting and storage services of magnetic media as well as transportation services and emergency recall of media. The purpose of this RFI is to 1) identify potential sources that can perform the work required and 2) identify industry best practices. Requirements: The main purpose of this contract is to ensure that our data is secure and can be recalled in the event of a disaster or emergency. We anticipate needing daily transportation/pick-up/drop-off services for magnetic media for each of the locations identified below. In addition, we will require storage of the media in secure vaults (primary and secondary vaults) that we will need the contractor to provide. In the past, there has been a distance requirement for the different sites. Location, distance, schedule, and tape volume estimates are provided below: 9999 Bennett Creek Boulevard, Urbana, MD- Contractor's vault will need to be not less than 20 miles from SSA location, but not greater than 300 miles point-to-point (or as the crow flys). Pick up: M-Saturday Average Volume Est: 1400 tapes daily 3604 Hopson Road, Research Triangle Park, North Carolina - Contractor's vault will need to be not less than 5 miles from the SSA location, but not greater than 300 miles (point-to-point) Pick up: M-F Average Volume Est: 688 tapes daily 6201 Security Blvd., Baltimore, MD: Distance will likely not be a requirement in the future. Tapes would go to the primary vault supporting Urbana. Pick up: M-F Average Volume Est: 30 daily It is anticipated that we will need a secondary contractor provided vault as well as transportation of tapes from the primary vault to the secondary vault on a less frequent basis. The distance requirements from the primary vault for all locations in the past has been between 20-300 miles. Responses: As mentioned above, SSA is seeking to identify potential sources for this anticipated requirement. If you believe you're company has the capability to perform this effort, either in whole, or in part, or through subcontracting part of the effort, we ask that you respond to this RFI. We ask that you please provide responses to the following information. This is not mandatory, but will be very helpful to us in determining the acquisition strategy. 1. Vendor Name: 2. The North American Industrial Classification System (NAICS) code for this is 493190, which sets the small business size standard at $25.5M (below $25.5M in gross revenue is considered small) a) What is your business size? b) Is your firm eligible to participate in one of the following small business programs? ___8(a) ___Women-owned small business concern ___Veteran-owned small business concern ___Service-disabled veteran-owned small business concern ___HUBZONE 3. Please indicate if you would anticipate subcontracting any of the work (if you know of the subcontractor at this time, please indicate their name): 4. Potential location of Urbana Primary Vault: 5. Potential location of Urbana Secondary Vault: 6. Potential location of Research Triangle Park, NC Primary Vault: 7. Potential location of Research Triangle Park, NC Secondary Vault: 8. Please provide specifications on your vaults: 9. Are your vaults climate controlled?: 10. Do you store archived paper products in your vault with media?: 11. Do you have a means to segregate client media within vaults? If so, please describe: 12. Provide a description of the security system and security processes in place at potential vault facilities. 13. Do you currently have climate-controlled trucks that can support the anticipated tape capacity for any or all of the locations? : 14. Do you have a GSA Schedule and if so, what is the number: 15. Please explain how you typically bill for: • Tape storage (i.e., by slot, square foot, flat rate per month based on est. quantity, etc.) • Transportation (i..e, by mile, by range of miles, etc.) • Emergency recall of data (by flat rate, by mile, handling fee?) • Is there a handling fee for tapes in addition to storage? 16. Do you have a system that tracks incoming and outgoing media and if so, please provide a description of the system. Also, is there an extra charge for this system?: Pricing data is not required. This is not a request for proposals or an announcement of a solicitation. No solicitation package exists at this time. In addition, the government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information received and submittals will not be returned to the sender. No contract award will be made on the basis of responses received; however, this information will be used in SSA's assessment of capable sources. Electronic responses to this notice should be submitted to Brenda.monch@ssa.gov by October 6, 2014 at 9:00 am EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-14-0054/listing.html)
 
Place of Performance
Address: See above., United States
 
Record
SN03496658-W 20140906/140905000327-8541708be2a48849f8a1c9724ae82199 (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.