Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2015 FBO #4843
SOURCES SOUGHT

D -- Data Center Hosting and Support for Defense Manpower Data Center (DMDC) Seaside, CA - Attachment A-F

Notice Date
2/25/2015
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 07G12, Alexandria, Virginia, 22350-1300, United States
 
ZIP Code
22350-1300
 
Solicitation Number
DHRA022515BL
 
Archive Date
3/16/2015
 
Point of Contact
BARBARA LA FALCE,
 
E-Mail Address
barbara.j.lafalce.civ@mail.mil
(barbara.j.lafalce.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachments A-F THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for market research information to identify potential sources that are interested in, and capable of, performing the work described in this RFI. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. The Department of Human Resources Activity (DHRA) is not seeking proposals and will not accept unsolicited proposals. DESCRIPTION: DHRA, on behalf of the Defense Manpower Data Center (DMDC), is reviewing the market place for sources that specialize in datacenter managed hosting and colocation services. DMDC is seeking information to address alternative solutions in the marketplace for data center hosting and support for DMDC's data center currently located in Seaside, CA. The primary objectives for the data hosting and support solutions sought are: 1. To reduce costs, improve services, and align our business transformation with the Federal Datacenter Consolidation Initiative (DCC), Joint Information Environment (JIE) and DoD CIO mandates. 2. Increase efficiency, flexibility and business value 3. Increase technical interoperability among systems 4. Improve reliability of network and technical capabilities 5. Reduce reliance on multiple agencies to provide communications support 6. Establish and execute a process for quality and technology improvements to lower migration and hosting costs 7. Improve the network defense posture 8. To complete the market research to identify level of effort (LOE) and costs to move to either a Managed Hosted or Colocation (COLO) Datacenter. 9. Provide for Disaster Recovery implementation, while moving to an active-active 2-site implementation 10. Improve our response time to quickly ramp up or ramp down to changing and new short-fused requirements. Additional information is included in Attachments A-G for response to this RFI: Attachment A: Service Descriptions Attachment B: Requirement Information Attachment C: Provides graphics that maps the High Level Business Requirements to Outcomes Attachment D: External, Internal and Economic Constraints and Challenges Attachment E: Managed Hosting Services Descriptions Attachment F: Colocation Data Center Submission Information BACKGROUND: DMDC serves under the Office of the Secretary of Defense (OUSD) to collate personnel, manpower, training, financial, and other data for the Department of Defense (DoD). This data catalogues the history of personnel in the military and their family for purposes of benefit and entitlement eligibility determination, retirement funding, and other administrative needs. DMDC's production environment must be operational 24 hours/day, 7 days/week, 365 days/year (24x7x365). DMDC is also a software factory with over 200 custom java web applications and web services. Its data center must support development, test, customer acceptance testing, and production domains. Information about DMDC and its mission can be found at: https://www.dmdc.osd.mil/appj/dwp/index.jsp Security Requirements: See Attachment B to this RFI SUBMISSION INFORMATION: All potential sources are invited to submit a written Capability Statement, based upon the information provide in this RFI. This statement shall be limited to 50 single sided pages inclusive of the cover sheet. Only attachments requested in the RFI will be accepted. Margins shall not be less than ½ inch. Font may be Times New Roman or Arial with not less than eleven pitch. Statements shall include: On the Cover sheet: 1. Company Name & Address 2. Point of Contact Name/Telephone/Email 3. North American Industry Classification System (NAICS) code. Identify the NAICS code under which your company would provide the supplies/services described in this RFI 4. Business Size/Status. From the list below, identify all of the business sizes applicable to your company under the NAICS code identified at item three above. Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Small Disadvantaged Business Woman-Owned Small Business Large Business 8(a) Certified HUBZone Small Business 5. Data Universal Numbering System (DUNS) Number 6. Commercial and Government Entity (CAGE) Code. 7. If you have a GSA or other contract vehicle that covers these services, provide the contract number. In the body of the Capability Statement 1. Detail any special qualifications or certifications, applicable to the scope of services requested, held by your in-house personnel. 2. Information that demonstrates your ability to provide a solution for the scope and complexity of the services described in this RFI. 3. The completed Table(s) from Attachments E and F 4. Hyperlink to your service catalog that includes descriptions of your labor categories and warranties. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. All information received in response to this RFI that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and RFI submissions will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if issued. The information provided in this RFI is subject to change and is not binding on the Government. RESPONSE DUE DATE: Responses are due by: 13 March 2015, 11AM Eastern. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contact (POC): Barbara La Falce, Contracting Officer, Barbara.j.lafalce.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d5cbc00b6a989e5bfc11ae235551cbe)
 
Record
SN03651662-W 20150227/150225234748-5d5cbc00b6a989e5bfc11ae235551cbe (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.