Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2014 FBO #4743
SOURCES SOUGHT

70 -- Enterprise Service Stacks - Sources Sought Notice

Notice Date
11/17/2014
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-I-4415
 
Point of Contact
Deborah O. Pickeral, Phone: 7037846718
 
E-Mail Address
Deborah.Pickeral@usmc.mil
(Deborah.Pickeral@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information for Enterprise Service Stacks (ESS) Sources Sought Notice Solicitation Number: M67854-15-I-4415 Marine Corps Systems Command (MCSC), Product Manager, Marine Corps Network and Infrastructure Services (MCNIS) program office, Information Systems and Infrastructure Product Group (PG/ISI), in Quantico, Virginia is seeking industry input on the requirements for Enterprise Service Stacks (ESS) solution. This solution is necessary to replace/refresh current capabilities that are in service beyond original equipment manufacturer (OEM) end of support (EOS). The ESS will be installed on the US Marine Corps (USMC) garrison classified networks. All hardware and software will be shipped to our Norfolk, Virginia location. NOTE TO VENDORS - MATERIAL TERMS AND CONDITIONS: In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (not counterfeit), authorized (e.g., not gray market, includes appropriate licenses, etc.), and supported (e.g., warranty and support services) by the OEM, and Vendor shall, for: Hardware: Certify that it is a Manufacturer Authorized Partner/Reseller as of the date of the submission of its quote and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that all products are new, in their original box. By submitting a response to this Request for Information (RFI) the Vendor confirms to have sourced all Manufacturer products submitted in this quote from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. If Vendor accepts an order, then Vendor agrees that, within fifteen days after receipt of order (ARO), Vendor will provide a list of serial numbers for the Hardware it will provide. Details will be provided in the Order. The Government may reject a quote if the Vendor fails to agree to provide this information. Software: Certify that it is a Manufacturer Authorized Partner/Reseller as of the date of the submission of its quote and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that all products are new, in their original box or, in the case of downloadable software, that all software is sourced from the OEM or Authorized Reseller. By submitting a response to this Request for Quote (RFQ) the Vendor confirms to have sourced all Manufacturer products submitted in this quote from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall certify that it has notified the software Licensor that the United States Marine Corps (Buyer) will be the Licensee. As part of its quote, Vendor shall provide Buyer with a copy of any End User license Agreement (EULA), Terms of Service (TOS), or other similar legal instrument or agreement, and shall warrant that all Manufacturer software is or will be licensed originally to Buyer as the original Licensee authorized to use the Manufacturer Software. Note that 52.212-4, including paragraph (u), applies to any Government Purchase Order resulting from this RFQ. Maintenance: If, during performance of the maintenance the Vendor provides replacement hardware or software, then as applicable the above requirements, including all required certification and compliance requirements, apply. Hardware, Software, and/or Maintenance: If Vendor is not a Manufacturer Authorized Partner as of the date of the submission of its quote, then Vendor shall submit with its offer a document, from the Manufacturer, that identifies the Vendor by name and states the following: (1) that the products offered in response to the government's requirement (including hardware, software, and/or support services) are genuine (i.e., not counterfeit and not unauthorized secondary market/gray market products) (note: all items, including part numbers where applicable, shall be listed in the document); (2) that Vendor has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements; (3) that Vendor will be able to receive from Manufacturer, and that Manufacturer will not deny, the support services required to support the product(s); (4) that Vendor has the authority to transfer to the government all appropriate software licenses associated with the product(s); and (5) that Manufacturer will not deny required warranty support for the product(s). Due to the sensitive nature of the requirement, current installed environment, and solution, only this RFI is available via FEDBIZOPS. Attachments must be requested in writing to mcsc_isi@usmc.mil. The proposed qualifying NAICS code for this effort is 334111. MCSC is seeking information from industry regarding the technical challenges and estimated unit cost for refresh of existing NetApp storage installed in the enterprise environment. The current enterprise environment is further defined in Attachment A, which describes server stacks and blade stacks. The Government's intended solution meets the requirements detailed in Attachments B and C. The envisioned design is described in Attachment D. The Government believes that a storage solution other than NetApp would incur additional, unplanned costs and schedule delays in order to replicate and migrate data maintained in the current environment. Additionally, there is concern that other storage products would be incompatible with remaining components of the envisioned solution. The technical information submitted in response to this RFI can be in the form of white papers, specifications, lessons learned, or any other documentation that directly relates to refresh and implementation of ESS. Responses are limited to no more than 20 pages, in Microsoft Office applications. Vendors are asked to address hardware and hardware-specific software only in their responses. In addition, MCSC would also like industry answers and comments to the following questions: 1. What storage solutions are available that meet all of the attached requirements? 2. The Government's intended solution includes brand-name equipment identified in Attachment B. Does the Government's technical approach limit industry offerings? If so, what recommendations would your company make to reduce these limitations, including the use of other manufacturers' hardware/software? 3. Please describe your company's hardware and software maintenance offerings including duration, scope and limitations. Include any restrictions on authorized resellers or service providers. 4. Please describe additional hardware/software or professional services, including training that will be required in order to complete transition from the current environment (ss described in Attachment A) to your products. Include cost and schedule information. 5. The Government's intended NAICS code for this effort is 334111. Please indicate whether there are more appropriate or additional NAICS codes for this effort. 6. Does your company hold a Government Wide Acquisition Contract (GWAC) or other contract vehicle that allows outside agency ordering authority? If yes, please provide the contract number and POC information. 7. Please provide any company whitepapers that describe the transition from the current environment to your solution. Include case studies from past efforts. 8. Based on past experience, does your company have any lessons learned on solutions similar to this? If so, please provide a summary and Government contact information. 9. Please comment on your company's ability to provide multiple OEM products. For all responses to this RFI: -Company Name -Business CAGE Code -Indicate whether you hold a GSA Federal-Supply Schedule contract that covers this requirement, and if so, the contract number; -Please provide information on any GWAC or other multiple award ID/IQ contract that covers this requirement and also permits ordering from DoD agencies; -Provide business size and socio-economic status; (a) indicate whether your business is large or small; (b) if small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business; (c) if disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act; (d) indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB); -Include the DUNS number of your firm; -State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov, if applicable; -Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and -Any other material relevant to a thorough response to this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. This RFI is for planning purposes only and shall not be considered as an obligation by the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. Responses to this RFI will not be returned. The Government recognizes that proprietary information and data may be part of this effort and, if so included, such data should be clearly marked. Responses are due, in writing, by Friday, 05 December 2014, at 2:00 P.M. EST. Please provide responses to: MCSC_ISI@USMC.MIL, and place "RFI M67854-15-I-4415, ENTERPRISE SERVICE STACKS" in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-I-4415/listing.html)
 
Place of Performance
Address: QUANTICO, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03574384-W 20141119/141117234048-a9049a392985b27d358d07f87a90e90f (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.