SOURCES SOUGHT
70 -- Enterprise Solutions for Datacenter Hardware, Software and Services
- Notice Date
- 4/9/2012
- Notice Type
- Sources Sought
- Contracting Office
- U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-H009
- Response Due
- 4/19/2012
- Archive Date
- 5/19/2012
- Point of Contact
- Raina Carey, Contract Specialist, 609-562-7028
- E-Mail Address
-
Raina Carey
(raina.m.carey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) forEnterprise Solutions for Datacenter Hardware, Software and Services Sources Sought Number W15QKN-12-X-H009 Note: This Request for Information (RFI) replaces RFI Sources Sought Number W15QKN-12-X-H007, dated 27 March 2012. This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is being used to gather market research to make decisions regarding the development of acquisition strategies. The Army Contracting Command - New Jersey (ACC-NJ), in support of the United States Army Product Director Acquisition, Logistics, and Technology Enterprise Systems and Services (PD ALTESS), seeks information on enterprise solutions for the provision of Datacenter hardware, software, and services to include the installation and maintenance of those products. Background: Computers, Coalition, Intelligence, Surveillance and Reconnaissance (C5ISR) and generating force systems have duplicative and redundant infrastructures. These infrastructures are frequently architecturally disparate and/or implemented and resourced inconsistently across the enterprise. As a result, many of the Governments Programs of Record (PoRs) are built inefficiently and are not readily capable to support continuous mission evolution and rapid technology insertion. This is, in part, a consequence of the establishment and management of PoRs without sufficient reference to overarching enterprise architecture. The stovepipe approach to system development has created development, certification and fielding processes that are time-consuming, inflexible and bureaucratic, and not conducive to meet rapidly changing demands from the Warfighter. Modernization strategies and tactical execution are not adequately synchronized across Army organizations, PoRs, and Quick Reaction Capabilities (QRCs). Organizational structures and investment strategies are not aligned for enterprise product management and development (i.e., common components, centralized execution). Multiple disparate and fragmented architectures are key contributors to operational inefficiencies. Government Datacenters purchase various hardware and software, at vast quantities, to carry its mission to host system within their enclave. The hardware and software purchases are brought on many different vehicles. Once the purchase is made, the Government takes delivery of the item. The Government then has to track the lifecycle for the maintenance of the hardware and software. Since all hardware and software is not purchased at the same time, the maintenance period of performance varies depending on when the item was purchased. Compounding the issue is the fact that maintenance agreements period of performance could be different, depending on the vendor. To date, Industry has offered to sell hardware and software to the Government through sale or lease. The Government is looking for options for acquiring hardware and software. NAICS Code 541512 (Computer Systems Design Services) with a size standard of $25.5M applies to this RFI. Requested Information: 1. Information for providing the Government hardware, software, and services regarding the installation and maintenance of those products, within a datacenter setting, that includes sale, lease and other than sale or lease. Alternate options should include reasons for not buying or leasing, such as the length of time the item is needed and the dollar thresholds within the Government to purchase large items. 2. Additionally, the Government wants information that if hardware or software is contractually provided the Government, the burden of tracking the maintenance period on every hardware and software item will be borne by the contractor. Tracking will include informing the Government 60 90 days ahead of the date when the maintenance period is about to expire. The burden of tracking the maintenance period or performance with every item, regardless of the vehicle it is it acquired from, will be moved from the Government to the contractor to reduce contractual actions regarding non-coverage periods for hardware and software maintenance. 3. Central Contractor Registration (CCR) status (https://www.bpn.gov/ccr/default.aspx). 4. Updated Online Representations and Certifications Application (ORCA) information (https://orca.bpn.gov/login.aspx). 5. Recent and relevant experience with this type of enterprise solution. Responses: Responses should include the (1) business name and address; (2) name of company representative and their business title (3) email address, (4) phone number. The responses should be in a white paper format and address the capabilities identified under Requested Information. Firms who wish to respond to this should send responses via email NLT 19 April 2012 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. RFI submissions will be accepted as email attachments only. Interested vendors should forward their capabilities and other information to be considered to: kenneth.a.macfarlane.civ@mail.mil and raina.m.carey.civ@mail.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will not be notified of the results of the review. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the FedBizOpps (https://www.fbo.gov/). It is the responsibility of potential offerors/bidders to monitor these sites for the release of any solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/38185162e73888b3b017720c085ab35a)
- Record
- SN02717459-W 20120411/120409235355-38185162e73888b3b017720c085ab35a (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 |