SOURCES SOUGHT
H -- Colocation Recompete
- Notice Date
- 7/11/2023 8:20:08 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FEDERAL STUDENT AID WASHINGTON DC 20002 USA
- ZIP Code
- 20002
- Solicitation Number
- FSAColocation2023
- Response Due
- 7/17/2023 3:00:00 PM
- Archive Date
- 08/01/2023
- Point of Contact
- Kimberly Epps-Louers
- E-Mail Address
-
Kimberly.Epps-Louers@ed.gov
(Kimberly.Epps-Louers@ed.gov)
- Description
- This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government is requesting information regarding the availability and feasibility of service providers. This announcement does not constitute a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice. Submission of a response to this RFI is entirely voluntary. The voluntary submission of a response to this RFI shall not obligate Department of Education � Federal Student Aid (FSA) to pay or entitle the submitter of information to claim any direct or indirect costs or charges or any other compensation whatsoever. Disclaimer: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information and is exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses if the information is confidential. Response to the RFI will not be returned. 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. Responders are solely responsible for all expenses associated with responding to this RFI. Submission Process: This request is to gather information from interested parties and is deemed essential as part of our planning process for continuing operations, support, and maintenance of FSA�s colocation data center providing AWS (Amazon) cloud solution services. Interested parties should review the attached documents and reply no later than COB on July 12, 2023. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise to compete for this acquisition.� Standard company brochures will not be reviewed.� Submissions are not to exceed ten (10) pages in no less than 12 font size.� Interested parties may submit questions regarding this announcement via email no later than COB on July 5, 2023 to the points of contact listed below.� Questions received after this time may not be answered.� Attachments included with this RFI: Statement of Work (Draft) Requirements: �FSA is seeking a vendor to cage, and house our Verizon MTIPS data circuits, routers, and modems. Below you will see a list of services sought. FSA is seeking a colocation data center that provides FSA with AWS (Amazon) cloud solution services. These services provide FSA, with 24-hour secure network services which also provides optimal cybersecurity and hardening of our hardware equipment is securely managed. There are three locations (two SV1/SV5) in San Jose, and one location in Ashburn, VA (DC11). FSA is seeking a service provider that provides FSA with real-time instant access for reporting issues, initiate trouble tickets, and allow for service orders. A contract vehicle that simplifies help Information Technology (IT) and facilitates digital leaders in being competitive and IT driven in the ability to provide through interconnectivity with their foundational infrastructure, provide a safe secure path directly to cloud and internet providers, and a profound IT ecosystem of partners and customers around the globe. Location: DC11 21721 Filigree Court Suite B Ashburn, VA 20147 Houses: 100 MBPS circuit 1G circuit 100 MBPS circuit Specifications: 1 - 5 kVA - 1 Cabinet (Cage) Shared (39x48x18) 1 - 30-amp, 120v AC Single Phase Primary (AC Power) 1 - 30-amp, 120v AC Single Phase Redundant (AC Power) 2 - 1G - Single Mode Fiber Cross Connects 2 - 1G - Mutli-Mode Fiber Cross Connects 2 � 1G � Multimode Fiber Cross Connect (Pending) 6 � 1.25 SFP Transceivers 1000 Base Connectors 3 � Modem (Verizon provided) 3 � Analog Cross Connect Location: SV1 11 Great Oaks Boulevard San Jose, CA 95119 Houses: 1G circuit 1G circuit Specifications: 1 - 5 kVA - 1 Cabinet (Cage) Shared (39x48x18) 1 - 30-amp, 120v AC Single Phase Primary (AC Power) 1 - 30-amp, 120v AC Single Phase Redundant (AC Power) 4 - 1G - Single Mode Fiber Cross Connects 4 - 1.25G SFP Transceivers 1000 Base 2 - Modem (Verizon provided) 2 - Analog Cross Connect Location: SV5 9 Great Oaks Boulevard San Jose, CA 95119 Houses: 1G circuit 1 - 5 kVA - 1 Cabinet (Cage) Shared (39x48x18) 1 - 30-amp, 120v AC Single Phase Primary (AC Power) 1 - 30-amp, 120v AC Single Phase Redundant (AC Power) 2 - 1G - Single Mode Fiber Cross Connects 2 - 1.25G SFP Transceivers 1000 Base 1 - Modem (Verizon provided) 1 - Analog Cross Connect Specification: 1 - 5 kVA - 1 Cabinet (Cage) Shared (39x48x18) 1 - 30-amp, 120v AC Single Phase Primary (AC Power) 1 - 30-amp, 120v AC Single Phase Redundant (AC Power) 2 - 1G - Single Mode Fiber Cross Connects 2 - 1.25G SFP Transceivers 1000 Base 1 - Modem (Verizon provided) 1 - Analog Cross Connect � HOW TO RESPOND: Please submit all final responses to the questions below no later than �COB July 12, 2023. Preferred media is electronic copies in Microsoft Word, Power Point, Excel, or PDF (or similar). Point of Contact Kimberly Epps-Louers, Contract Specialist Email: Kimberly.Epps-Louers@ed.gov I. Requested Information: Responses to this RFI shall be in the form of a capability statement, which will enhance the Government�s knowledge of market capabilities, potential sources, and assist in the Government�s development of its acquisition strategy. At a minimum, interested respondents are to submit the following information: A. Provide your company information to include: (1) Name and address of respondent (Corporate/principal Office); (2) Name, telephone and email of Point of Contact; (3) CAGE Code; and (4) business size, socio-economic status, and NAICS code(s) registration. B. Describe your Company�s experience and capabilities providing the same or similar services as outlined herein. Indicate whether all tasks delineated herein can be supported by your organization or if subcontracting would be contemplated. If subcontracting would be contemplated, delineate which tasks would be contemplated for subcontracting. Also, provide CMMI Level rating (if possessed). C. Identify the organization(s) for which you have provided or currently provide the same or similar services. Information provided should be within the last 3 years. For each organization identified provide the following: a. Contract name and number b. Total award amount c. Period of performance (including any options) d. Agency (or business) contract awarded by e. Indicate whether your organization was a prime or subcontractor D. If you hold a GSA Federal Supply Schedule (FSS) or other GWAC contract that is applicable please provide the contract number(s). E. Indicate your Company�s interest in submitting a proposal for all tasks described in the Draft SOW. If you were to submit a proposal, would you utilize the same locations listed or different locations, and if different locations please describe the time, cost, and risks involved with a move of this nature. Please refer to the attached �Draft Statement of Work, which includes additional system description information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9cc20a3f805041d98a8dfcd68e10bc12/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06744670-F 20230713/230711230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |