Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOURCES SOUGHT

70 -- Request for Information Software Licenses, Application, Database, and Hardware Technologies

Notice Date
5/10/2012
 
Notice Type
Sources Sought
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-12-I-00039
 
Archive Date
5/18/2012
 
Point of Contact
Marcela Almeida, Phone: 202-447-0174, Harrison Smith, Phone: 202-447-0445
 
E-Mail Address
marcela.almeida@hq.dhs.gov, harrison.smith@hq.dhs.gov
(marcela.almeida@hq.dhs.gov, harrison.smith@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS) is pleased to release this Request for Information (RFI) to determine if there are alternative commercially available technology solutions, to include open source and community software, to meet the Government's needs for Database Technologies, Storage, Middleware, Customer Relationship Management (CRM), Financial Management, Supply Chain Management (SCM), Human Capital Management (HCM), Data Warehousing, and Enterprise Performance Management products. This is a RFI/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. 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 vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Background: The use of Database Technologies, Storage, Middleware, CRM, Financial Management, SCM, HCM, Data Warehousing, and Enterprise Performance Management products has become critical to the DHS mission to securely manage, store, analyze and report on various data. Each DHS component uses these functions in a variety of ways on a daily basis. DHS primarily utilizes vendors such as Oracle, Microsoft, and IBM to perform these actions. While the majority of the products and services that support these functions have been provided under a common, integrated platform, DHS is looking for innovative ways to increase the quality of these products while decreasing total cost of ownership, such as with using open source and community software, and Cloud services. It is DHS' intent to become acquainted with these alternative architectures, applications, and services in the database management systems market, and to explore technologies that are compatible with current technologies and adaptable to future technologies. These efforts coincide with the federal government's IT initiatives to continually improve operational efficiencies through consolidation and shared solutions. DHS is also examining its historical business practices and considering the feasibility of breaking its needs into three (3) separate areas: 1) Integrated devices, 2) Database tools and support, and 3) Application product suites. DHS may release future RFIs to gather additional information about the market place in each respective area. With the future of enterprise software changing and the emergence of cloud-based technologies and software as a service offerings, DHS is also interested in learning how the current market of commercially available products include cloud-based and software as a service offerings and how this technology transformation would meet DHS' mission needs. Cloud services offer many potential advantages including rapid deployment, reduced capital expense, flexibility and scalability that DHS intends to leverage to optimize spending, and allow¬ing Components to reinvest in their most critical mission needs. This RFI is being issued to assess the current market of commercially available products and their ability to meet DHS' critical functionality requirements and directives and to assess cloud-based service or software as a service offering that could replace or complement these products. This RFI will be issued in conjunction with a 2nd RFI entitled "Platinum Certified Oracle authorized resellers/service providers" which is intended to determine large and small sources that are capable of providing software licenses, products, and related services to support our existing environment. Response Guidelines: Respondents shall provide a technical capabilities statement not to exceed twenty (20) pages in length. All page limitations are based on single sided pages, 8.5x11 inch paper, single spaced, Times New Roman or Tahoma typeface no smaller than 12-point (smaller fonts of no less than 8-point are acceptable for graphics, figures, tables, footnotes, and legends), and 1-inch margins. Responses should be no larger in size than 400 kilobytes (KB). Respondents should ensure that their submittals address items outlined within this RFI. Proprietary information is neither sought nor desired by DHS. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Response Format: Responses to this RFI shall use the format outlined below. The document format shall be in Microsoft Word (doc. or.docx). Please note RFI responses received may be shared amongst DHS components. To better assist in the review of submittals to this RFI, respondents are encouraged to prepare a technical capabilities statement which closely adheres to the following format. 1-Respondent's Background/Corporate Experience Respondents should briefly describe their company's background and experience in providing Database Technologies, Storage, Middleware, CRM, Financial Management, SCM, HCM, Data Warehousing, and Enterprise Performance Management products to the Federal Government. Reponses shall answer the following questions: • What is the business size and classification? • Is the respondent a current GSA IT Schedule 70 holder? If so, what is the period of performance? • Is the respondent an Original Equipment Manufacturer (OEM) or an authorized reseller? 2-Respondent's Products and Services Respondents should provide a list of their full suite of providing Database Technologies, Storage, Middleware, CRM, Financial Management, SCM, HCM, Data Warehousing, and Enterprise Performance Management including hardware, software and maintenance packages. Respondents shall answer the following questions: • If applicable, which of the products are available on the respondents' GSA IT Schedule 70? • Are there any enterprise offerings available on respondents' GSA Schedule? • Which products are 508 compliant? • Are the offered products a suite, bundled, or separately offered? • What are the associated costs for upgrades and/or downgrades? • Are there training credits associated with license / software buys? • Is this offered as a Service? (Services would include unit, commodity pricing and follow the NIST definitions for a Service) • Is the Service hosted in the US? What security level is the Service accredited at? • Is this product or service in production today? • If open source or community software, describe the usage constraints and support model? • If the product is an appliance, hardware and software in a package, what benefits would the bundle offer over separate products? • How difficult is migrating to the service or product, and from the product once it is in use? 3-Technical Respondents should describe, in detail, each Database, Storage, Middleware, CRM, Financial Management, SCM, HCM, Data Warehousing, and Enterprise Performance Management product or service offered. For maintenance descriptions, be sure to address what the maintenance covers and in what increments it can be purchased (i.e. less than 12 months, 1 year, or 2 years). Respondents shall also provide their technical approach to migrating into the present environment to the respondent's products and all associated timeframes and costs. • Respondent shall address their ability to deliver database migration and consolidation from one platform to another (Example: Oracle to Microsoft SQL Server, Microsoft SQL to MySQL, Oracle to Hadoop). • DHS is looking to consolidate its large-scale databases into a centralized location (i.e. The Data Centers, as a centralized repository that is accessible in a virtualized manner such as a cloud-service offering). What solutions can your company provide to meet this need? • Does the Respondent have the ability to manage, operate and integrate multiple Database platforms in a heterogeneous environment from a Data Center and/or Cloud Service type offering? 4-Training and Support Respondents should detail any training required to migrate into, configure, install, deploy, and maintain proficiency of using these products and services. Respondent shall also address the following: • Service or System Stability and Support • Product Support Levels/Service Level Agreements • Product Warranty • Maintenance, Upgrades & Miscellaneous Support • Database migration and integration into cloud service offerings • Availability of SME (Subject Matter technical Experts) with clearance levels up to TS/SCI to assist the Department in its critical mission Database Support needs • Product Training • Development using the Products or Services • Is training available on the Respondent's GSA Schedule? If so, what percentage of offerings is covered? 5-Consulting Services • Respondents should describe their approach in offering customers ancillary consulting services. Please detail if Respondent can provide cleared consultants up to the TS/SCI level to assist the Department in its critical mission Data Base Support needs. • Respondents should address their consultant's experience and ability to integrate, manage and monitor disparate Data Bases from centralized and remote locations. 6-Pricing Structure Respondents should describe their pricing approach in detail. Reponses should include whether products are bundled together, the types of discounts offered above and beyond the GSA discounts or List Prices. The pricing approaches should be described such as unit usage pricing. • Under what conditions might the Respondent have the most flexibility in providing discounts to DHS? • What actions, if any, might DHS take to provide the Respondent with the greatest flexibility in providing discounts or unique pricing approaches? • Is it conceivable for the Respondent to provide greater discounts and/or terms and conditions on customized licenses/technical support outside the GSA schedule? Please explain. Submit information to: All interested parties are requested to submit responses to this RFI to the points of contact listed below not later than May 17, 2012, 8:00AM (ET). This information must be submitted electronically via email. All interested parties may respond to all or a subset of the information requested above. We encourage all interested parties to submit sufficient and complete responses that will facilitate the government's planning and support its efforts to improve operational efficiencies. All questions related to this RFI should be submitted in writing to the points of contact listed below. Primary Point of Contact: Marcela Almeida Contract Specialist marcela.almeida@hq.dhs.gov Secondary Point of Contact: Harrison Smith Contracting Officer harrison.smith@hq.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-I-00039/listing.html)
 
Record
SN02745090-W 20120512/120510235912-ae57a54abd7c0d1a55a5153fdc456cc8 (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.