Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
SOLICITATION NOTICE

70 -- Asset Discovery Tools - RFI

Notice Date
6/26/2014
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA14I0036
 
Archive Date
7/25/2014
 
Point of Contact
Cynthia Tillman, Phone: 703-875-4172
 
E-Mail Address
tillmancl@state.gov
(tillmancl@state.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI for SAQMMA14I0036 The U.S. Department of State Bureau of Information Resources Management (IRM ) is looking to obtain information on Asset Discovery Tools and to identify qualified vendors that are able to meet our requirement. Purpose: 1. Introduction 1.1 Purpose of this Document The purpose of this document is to perform market research for the Department of State (DoS) to make decisions regarding development of strategies for obtaining asset discovery tools to be used to track Information Technology (IT) equipment and installed software at domestic and overseas locations where the DoS has a presence, such as a U.S. embassies, consulates, military bases or outreach centers. The DoS is seeking information from vendors regarding asset discovery tools that meet a general specification and price range. 1.2 Background The Sourcing Management Division (IRM/BMP/GRP/SM) provides support for the Enterprise Information Technology Change Control Board (IT CCB), Accessible Electronic Information Technology, Enterprise Licensing, and seeks to identify strategic ways to source for IT human resources and technical tools. The SM division strives to provide unrivaled service to our overseas and domestic customers to help them achieve their business needs in the most cost effective manner while at the same time guiding them to meet security, legal and other IT guidelines. 1.3 Scope The scope of this RFI is to obtain relevant information from commercial vendors regarding a variety of asset discovery tools. In coordination with the Office of Acquisition Management (AQM), SM plans to obtain information about various asset discovery tools via one or more Requests for Information (RFI). The RFI will detail the basic requirements that apply to a select range of asset discovery tools in terms of capabilities and other factors. If vendors who review the initial RFI indicate that they require additional information, it will be provided in a subsequent and more refined RFI. If information obtained from vendors is too vague, wide ranging, or insufficient, SM will draft another RFI with more focused specifications. The RFI is intended to be a living, on-going process until such time as SM deems the information obtained meets the needs of the Department, at which, a formal Request for Quotation (RFQ) will be initiated. 1.4 Disclaimer This RFI is issued solely for information and planning purposes and does not constitute a solicitation nor does it commit or obligate either party in any way. In accordance with FAR 15.202, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. 1.5 How to Respond If your firm is interested in volunteering information to meet or exceed the requirements stated above, we'd request that your firm submits a response to this notice addressing the following areas: 1) The offeror must demonstrate your firm's solution can meet or exceed the technical requirements referenced above. If your firm can provide the aforementioned commercial services, please respond to this notice with the following additional information: 1. Company name, address, points of contact including phone numbers and e-mail addresses, along with offices locations globally; 2. Company Cage Code and DUNS Number, Business size (large or small business, and if small indicate what types of small business concern (e.g. EDWOSB, Hub zone, 8(a), woman-owned, etc) if applicable; 3. Past Performance information along with brief descriptions of previous projects, points of contact and contract numbers for services you have performed that are similar in corporate or Government settings. 4. Include detailed technical information with relation to our potential need of services described. The Department also welcomes any suggestions or comments with regards to these specifications needed and industry feedback. 5. Include information on awards or press releases from industry or Government on your firm's efforts on related opportunities. All of the items above should be addressed in your firm's response to this notice and any questions can be made to the point of contact listed on this notice. Please address each of the items above to the best of your firm's ability, given time and resources. There will be NO compensation for responses to this sources sought notice. All participation is purely voluntary and shall incur no costs to the Government. All submissions should be sent in via email to tIllmancl@tate.gov. Responses are due no later than Friday, July 10, 2014, by 11:59 p.m. Documents submitted should be in Microsoft Word or Adobe formats. Respondent need only send marketing information pertaining to the product/s requested in this RFI. 1.6 Description of Information Requested All vendors with an appropriate product relating to the requirements set forth in Section 3 ‘Requirements' of this document are invited to submit a Capability Statement, contact information and any other specific and pertinent information that would enhance the Department's understanding of the information submitted. Also, vendors with a GSA schedule should provide their contract number for that schedule. The Capability Statement should discuss the product's capabilities and the product's system requirements against the requirements in this RFI. Respondent should provide a response to Section 3 ‘Requirements' section in table format indicating the product (brand, model#, etc.) and if the vendor's product meets the mandatory minimum specifications and if there is any other technical consideration, option, or exception that would apply. Vendors are encouraged to include in their response any questions that they would require prior to submitting a quote, in the event that a solicitation is issued. 2. Acronyms and Abbreviations AQM - Office of Acquisitions Management BMP - Business Management and Planning BRD - Business Requirements Document DoS - Department of State FAR - Federal Acquisition Regulation FRD - Functional Requirements Document GRP - Governance, Resource and Performance Management Office GSA - General Services Administration IRM - Bureau of Information Resources Management IT - Information Technology IT CCB - Information Technology Change Control Board MRD - Market Requirements Document RFI - Request for Information RFP - Request for Proposal RFQ - Request for Quote SBU - Sensitive But Unclassified SM - Sourcing Management 3. Requirements 3.1 Business Requirements This RFI and subsequent work will benefit the Department by bringing the latest in asset discovery technology for domestic DoS locations and embassies overseas through an internally managed program that eliminates the hassle of posts individual buying, testing, certifying and deploying asset discovery software within their respective environments. 3.2 Functional Requirements 3.2.1 Minimal Specifications The asset discovery tools will help the Department to better understand their computer network environment and will be used to reduce unnecessary license fees and maintenance costs. The desired capabilities are shown below: • Focus to the integration of endpoint management tools with service management needs. • Provide a summary of all computer hardware found on the network. • Provide a summary of all computer software found on the network normalized by NIST CPE product names. • Summarize the readiness of computers on the network for migration and indicates which computers already meet the hardware requirements. • Automatically identify distributed software use activity to help proactively manage increasingly complex license compliance. • Provide a summary of software inventory with no or low use to help reduce unnecessary license fees and maintenance costs. • Provide a summary of hardware currently in use and what software is installed on it. • Provide Knowledge-Based license discovery by identifying the license model implemented on the end point, and highlight other possible licensing models. • Knowledge base of license types should be updated by the vendor periodically to show the new license types. • Provide software usage metering.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14I0036/listing.html)
 
Place of Performance
Address: IRM/BMP/GRP/GP, 2025 E. Street Room NE5068, Washington, District of Columbia, 20006, United States
Zip Code: 20006
 
Record
SN03407331-W 20140628/140626234902-2d67fee3fea04177671e3a63f2994d39 (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.