Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SPECIAL NOTICE

99 -- Joint Enterprise License Agreement (JELA) to fulfill a requirement for Versa Networks brand name solutions for the Department of Defense (DoD)

Notice Date
3/7/2024 11:44:05 AM
 
Notice Type
Special Notice
 
Contracting Office
IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
842469063
 
Response Due
3/28/2024 1:00:00 PM
 
Archive Date
04/12/2024
 
Point of Contact
Kristen Abbott, Terri Rollins
 
E-Mail Address
kristen.m.abbott2.civ@mail.mil, terri.l.rollins.civ@mail.mil
(kristen.m.abbott2.civ@mail.mil, terri.l.rollins.civ@mail.mil)
 
Description
HYBRID REQUEST FOR INFORMATION/SOURCES SOUGHT The Defense Information Systems Agency (DISA) is seeking sources and information for a new Joint Enterprise License Agreement (JELA) to fulfill a requirement for Versa Networks brand name solutions for the Department of Defense (DoD). CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO) 2300 East Drive, Building 3600 Scott AFB, Illinois 62225-5406 DISCLAIMER: THIS HYBRID REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS REQUEST FOR INFORMATION IS STRICTLY VOLUNTARY OVERVIEW/PURPOSE/DESCRIPTION: The DISA JELA Program Management Office is seeking to create a five-year DoD-level blanket purchase agreement for the procurement of Versa Networks brand name software products and Versa-certified supporting hardware with maintenance. The specific areas of focus for the software are the resources that offer commercial licenses in the functional areas addressing Secure Access Service Edge (SASE), Software-Defined Wide Area Network (SD-WAN), and Next Generation Firewall including Unified Threat Management, and High Availability Clustering. Additionally, hardware and software maintenance requirements include license updates, security patches, and standard technical assistance center maintenance support. These products must also be able to integrate into the existing infrastructure that may contain other hardware configurations. This contracting vehicle will support user and/or devices across the Continental United States and Other than Continental United States environments. REQUIRED CAPABILITIES: A.� Vendor must be able to deliver all products shown in Exhibit A in both online and offline environments.� Please state in your reply if there is a product(s) that the vendor cannot deliver in both online and offline environments. Enterprise bundle as described in Exhibit A � Tab 1, consists of bundles that are a combination of Versa-Certified Hardware that can operate various Versa Operating Systems, and Standard Maintenance. Hardware responses can include multiple types of hardware options. i.� If you are proposing more than one hardware type, please add as a separate line item and yellow highlight the row in Exhibit A � Tab 1. B.� Provide pricing for the products as shown in Exhibit A. C.� Vendor must be able to deliver Versa product training and include pricing for training in a new tab (Tab 2) in Exhibit A. D.� Demonstrate compliance with Section 508 of the Rehabilitation Act of 1973 and provide support to apply Section 508 meta-tagging to products that are created. E.� Describe and provide an example of your company�s experience with program management to accommodate multiple DoD agencies with providing and managing software and hardware products, including providing monthly program management reviews and reports. F.� Describe and provide an example of your company�s experience with providing a license tracking mechanism for online and offline environments. G.� Describe and provide an example of your company�s experience reflecting proficiency in product support, technical support, and training webinars for a high-volume customer agreement. Response Guidelines: Interested parties are requested to respond to this RFI/SS with a white paper. Submissions cannot exceed seven, single spaced, 12-point type pages with at least one-inch margins on 8 �� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI/SS response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI/SS.� Oral communications are not permissible.� SAM.gov will be the sole repository for all information related to this RFI/SS. Companies who wish to respond to this RFI/SS should send responses via email no later than 4:00PM Eastern Daylight Time (EDT) on March 28, 2024, to kristen.m.abbott2.civ@mail.mil, and terri.l.rollins.civ@mail.mil. Industry Discussions: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. �Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to kristen.m.abbott2.civ@mail.mil, and terri.l.rollins.civ@mail.mil.� Verbal questions will NOT be accepted.� Answers to questions will be posted to SAM.gov.� The Government does not guarantee that questions received after 4:00PM EDT on March 18, 2024, will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses. Disclaimer:� This RFI/SS is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. �Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. All information contained in the RFI/SS is preliminary as well as subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI/SS. �The Government does not intend to pay for information received in response to this RFI/SS. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI/SS. �This RFI/SS will be the basis for collecting information on capabilities available. �This RFI/SS is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI/SS that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI/SS are not offers and cannot be accepted by the Government to form a binding contract. EXHIBITS:� Exhibit A
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d9e36354f46427fa7475a89868256a5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06988974-F 20240309/240307230041 (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 |
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.