SOURCES SOUGHT
D -- Cloud Service Provider to provide Software as a Service (SaaS) - host site worksheet
- Notice Date
- 2/4/2014
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-14-R-7050
- Archive Date
- 3/8/2014
- Point of Contact
- JOHN J WAHL,
- E-Mail Address
-
JOHN.WAHL@USMC.MIL
(JOHN.WAHL@USMC.MIL)
- Small Business Set-Aside
- N/A
- Description
- The draft service table provided (see attachment) represents the minimum set of services required in support of the GCSS-MC suite of applications. It is requested that in addition to other items offered, the respondents complete the table and provide their ability to provide these services, at what service levels they offer/support, and also what is used as the means to price these services. Subject: Request for Information/Market Research/Sources Sought for a Cloud Service Provider to provide Software as a Service (SaaS) for the USMC Global Combat Support System - Marine Corps (GCSS-MC) This request for information (RFI) is seeking responses to determine the availability of qualified providers and the feasibility to leverage cloud services for the GCSS-MC suite of applications. Providers must present their capabilities, methods, approaches, and costing model(s) in sufficient detail to provide the services requested. It is imperative that responses to this solicitation articulate their capabilities clearly and adequately. Please include any comments on the services to be provided or the objectives that may help provide a better overall solution to increase system performance, increase operational efficiencies, and reduce total cost of ownership. This Request for Information is for planning purposes only and is issued in accordance with FAR Clause 52.215-3. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary shall be clearly marked as such. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this are not offers and cannot be accepted by the Government to form a binding contract. Interested parties are solely responsible for all costs and expenses associated with their respective response to this RFI. The Government will not reimburse interested parties for any direct and/or indirect costs and/or expenses associated with their respective responses to this RFI, including, but not limited to any direct and/or indirect costs associated with any submission or information provided to the Government. Moreover, interested parties will not otherwise be entitled to any compensation associated with the Governments use of any submission or information provided by an interested party to the Government pursuant to this RFI. Furthermore, the information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provided herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion. Description of Services: The focus of this RFI is to research the availability of cloud service providers that can provide non-personal services to the Program Manager (PM), GCSS-MC, for physical hosting, IT infrastructure, and day-to-day operations management of the GCSS-MC suite of applications within a private cloud service delivery. The GCSS-MC PM will not exercise any supervision or control over the support contract providing services but will interact as a cloud consumer with shared responsibility of the suite of applications as a SaaS consumer. The Service Provider shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to provide an application hosting environment and application managed services as defined in mutual agreements. Background: GCSS-MC is designated by the Under Secretary of Defense, Acquisition Technology and Logistics (USD AT&L) as an Acquisition Category I (ACAT 1) Major Automated Information System (MAIS) within the DoD. GCSS-MC enhances the U.S. Marine Corps (USMC) warfighting capabilities by providing an integrated enterprise logistics system which supports supply, maintenance, acquisition, transportation, health, and engineering capabilities. GCSS-MC operational capabilities include improved materiel readiness and logistics support provided to the Marine Air-Ground Task Force (MAGTF). GCSS-MC will provide assured capabilities listed in the table below, which supports defined missions outlined in the GCSS-MC Capability Production Document (CPD). Supported Processes Logistics Chain Plan (Customer) Procurement Fulfillment Demand Planning Asset Management Maintenance Planning Task Organization Inventory Planning Customer Management Inventory Control (Demand Supply) Sourcing Inventory Capacity Operations Maintenance Scheduling Maintenance Capacity Planning Maintenance Operations Management Distribution Operations Management Maintenance Fulfillment Inventory Operations Management Warehouse Management Order Management Request Management Release 1.1 of the GCSS-MC system is currently in production, architected as a single enterprise instance and is currently fielded to over 30,000 users. In the near term several new deficiency corrections will be added to GCSS-MC to enhance the overall system capabilities of the 1.1 baseline. The system currently requires a system technical refresh and an upgrade to the Oracle Enterprise Business Suite (EBS) version 12.2. There are also long term plans to increase the capabilities that the system provides. The current production system is hosted at the Defense Information Systems Agency (DISA), Defense Enterprise Computing Center, Mechanicsburg, PA, using a Linux RHEL 4.x & 5.x Operating System (OS), running on Hewlett Packard (HP) X86 and Itanium chipset hardware which leverages Oracle EBS 11.5.10.2, other Oracle technologies, and third party technology software components. GCSS-MC is designated as a Mission Area Category (MAC) II system and requires accreditation at that level. Some operational and performance requirements may exceed MAC II requirements to meet the needs of the end user. The network, scalable storage, and computing hardware infrastructure (including the operating system) is managed by support personnel. The application components are managed by a third party vendor. Standard business hours are 24x7x365 system administration for the production and production test operations; proposed continuity of operation (COOP) sites must provide for a Recovery Time Objective (RTO) of 30 minutes and a Recovery Point Objective (RPO) of one second. All solution development environments (SDE), development and test, are currently hosted at a commercial site and plans exist to transition them to a SDE at Space and Naval Warfare Systems Command (SPAWAR) in Charleston, SC. Current storage requirements are as follows: Current Storage Requirements in Terabytes (TB) Storage Area Networks (SANs) Network Attached Storage (NAS) Production Environment 11.75 14.5 Production Support Services 7 6 Developmental Support Services 6 5.5 Objectives: In an effort to increase IT efficiencies, minimize risk, achieve performance objectives, and reduce total cost of ownership, the GCSS-MC PM is conducting market research to identify the best means to support current and future application delivery and support for the GCSS-MC system. The GCSS-MC PM is investigating the use of a Cloud provider and cloud concepts to support all GCSS-MC production operations. The PM is looking for application hosting and managed service alternatives that provide for the greatest operational efficiency, minimize organizational complexity, meet all Federal and DoD regulations, and can meet cost, schedule, and performance drivers. GCSS-MC is seeking information, capability statements, approaches, and a rough order of magnitude from qualified and proven cloud hosting partners interested in providing application hosting/support services within an accredited DoD Information Assurance Certification and Accreditation Process (DIACAP) MAC II Sensitive Federal Hosting facility. The Government is looking to establish a relationship with a hosting provider that provides a total solution of measurable services that is responsive, supportive, flexible, and cost effective to the GCSS-MC program office. The provider shall provision all infrastructure, maintain and administer operating systems, processing, scalable storage, networks, and other fundamental computing resources and will comply with all security requirements. The provider shall provide a delivery service that minimizes the GCSS-MC PM involvement in the day-to-day operations, hardware and software technical refreshes, hardware and software license support management, managed services for the GCSS-MC production and preproduction environments; this includes implementation, provisioning, hosting, monitoring, reporting, maintenance, management, operational program management support, configuration management, technical upgrades, tier 3 service desk, and administration of all processing, networks, operating systems, applications, storage area network (SAN) Storage, SAN backups and archiving, backup and recovery, continuity of operations/enterprise disaster recovery, all related security requirements, and other fundamental computing resources for all production environments. The GCSS-MC PMs intent is not to manage or control the underlying infrastructure or applications. The provider shall be responsible for maintaining and administering all hardware and software to ensure service levels are maintained, security accreditation is preserved, and the system certified configuration is maintained and supported by all hardware and software vendors. The draft service table provided (see attachment) represents the minimum set of services required in support of the GCSS-MC suite of applications. It is requested that in addition to other items offered, the respondents complete the table and provide their ability to provide these services, at what service levels they offer/support, and also what is used as the means to price these services. The respondents shall presume the period of performance is one base year and four option years; if the respondents offer multiple costing methods, e.g. flat rates, "step" pricing, escalating pricing, inflation based, etc., they shall be made transparent in the respective responses. If the provider believes there are additional services required to meet the objectives please identify the service and provide the information requested. RFI Submission Instructions: RFI responses shall include the methodology used and the approach to meet the technical objectives. Responses shall also include where they have provided such services, the methods used to establish pricing and a rough order of magnitude to provide these services in support of GCSS-MC. RFI responses shall be no longer than 10 pages in length using a 12 point Times New Roman font. Tables and graphics may be used with font no smaller than 10 point. Written responses can be in any format, but electronic media shall be in Microsoft Word® and/or Excel formats. Completion of the information requested in the table above is not included in the 10 page limit. RFI Responses are due not later than 3 :00 PM Eastern Standard Time on 21 February 2014 via one hard copy and one electronic copy on a compact disc, to the address provided below. Questions may be submitted until 3 :00 PM Eastern Standard Time on 14 February 2014 to the RFI point of contact (POC) via email at john.wahl@usmc.mil. Each question submitted will be consolidated and published anonymously in an amendment to this RFI, unless there are no questions received. Address for the RFI POC is as follows: Marine Corps Systems Command Attn: GCSS-MC, John J. Wahl 2200 Lester Street Quantico, VA, 22134-6050 Marine Corps Systems Command
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-R-7050/listing.html)
- Record
- SN03281061-W 20140206/140204235637-469ee8edc548fd779e9e7e9754ad0915 (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 |