MODIFICATION
D -- AMENDMENT 02 Page Limit to responses: Request for Information (RFI) for Information Technology Capacity on Demand (ICOD)
- Notice Date
- 7/31/2014
- Notice Type
- Modification/Amendment
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-R-0200
- Response Due
- 8/14/2014
- Archive Date
- 9/29/2014
- Point of Contact
- Chante Fredrick, 609-562-7028
- E-Mail Address
-
ACC - New Jersey
(chante.m.fredrick.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI amended to state a page limit for responses, as follows: There is a 20 page maximum for core proposal document plus a 20 page limit on each supplementary document; minimum 11 point font; MS office 2007 document format and/or PDF format. Request for Information (RFI) for Information Technology Capacity on Demand (ICOD) This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise. This is not an Invitation for Bid (IFB), Request for Proposal (RFP) or Request for Quotation (RFQ). The Government does not intend to award a contract on the basis of this RFI, nor will the Government reimburse the costs associated with the preparation of responses to this RFI. The information requested herein will be used within the Army to facilitate decision making and will not be disclosed outside of the agency. This restriction does not limit the Government's right to use information contained in these data if it has been obtained from another source without restriction. This RFI will be used to gather market research to make decisions regarding the development of acquisition strategies, and is not to be construed as a commitment of the Government. 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 (ALTESS) seeks information on an Information Technology Capacity on Demand (ICOD) solution. 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 our 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. ALTESS provides management and assurance in support of the enterprise as a hosting enclave for the Acquisition Domain and other DoD organizations. The hosting enclave consists of a variety of processing, networking, and storage equipment as well as an extensive software footprint. A solution to reduce the cost and maintenance burden of life cycling the hardware and software is being researched. Requirement The Army Contracting Command New Jersey and the PEO EIS PD ALTESS is conducting market research to identify potential sources capable of providing a capacity processing infrastructure / solution required to deliver on-demand processing capacity and license management for a variety of application and processing environments. The environments include various processing, networking, and storage equipment and associated software in a data center setting. The government requires a flexible solution with scalable capacity and seamless license management to quickly adjust to immediate demand (surge and decrease), with state-of-the-art processing capacity. This will increase effectiveness and efficiency regarding the utilization of information technology to its fullest potential, eliminate the Government's burden of IT solution management and serve as a time-saving alternative to purchasing and leasing IT hardware and software. It will also allow the Government to pay for only that hardware (capacity) and software (licenses) that are required and utilized, based on capacity demand(s). These solutions shall be fixed unit prices based on the service of the component (storage amount, server processing speed, ports used, licenses required, etc.) Hardware and software shall be operated by the Government with the option for the offeror to assume operating responsibility if required. Government shall have the option to choose specific brand based on best value and ease of operation. Government has the option to deactivate or reduce equipment use and/or licenses required at any time based on funding or mission. Services shall be performance based. Services requested are the following but limited to: Various storage tiers to include network attached, LAN/WAN Switching equipment, firewall, load balancing, routing, intrusion prevention, racks, high density processing, tape/disc space backup tiers and other data center related equipment, operating system licenses, application licenses, database licenses, hardware licenses. Offeror, if requested, shall turn over operational and administrative control to the Government. NAICS CODE 518210 with a size standard of $32.5 Million applies to this Request for Information. It is anticipated that a single Firm Fixed Price Indefinite Delivery Indefinite Quantity (ID/IQ) contract will be awarded for a period of 4 years (Twelve month base period with 3 each twelve month options). Responses should address a solution which indicates how the firm shall provide processing, storage, network capabilities, license procurement and license management invoiced by capacity and license utilization. The firm shall also provide an explanation for support of the solution. Environments The hardware and software shall be used in a classified and non-classified environment at multiple data center locations. Security associated regarding decommissioning equipment shall be processed under Government oversight. Government Furnished Equipment Government will provide power, floor space, equipment cooling and network and physical security. Ordering Once equipment is installed Government shall use the most expedient means possible for on-demand service. Delivery Offeror shall have hardware and software installed and ready for use within the Government required timeframe. Invoicing and Payment Offeror shall invoice the Government on a monthly basis in a format that can be verified. Acceptance and payment will be through Wide Area Workflow. Deadline All responses shall be unclassified. The closing date for this RFI is 1500 hours on Thursday, 14 August 2014. All questions shall be submitted no later than Monday, 11 August 2014. The Government will not reimburse sources that respond to theis RFI for any costs incurred in responding, or any subsequent exchange of information. All responses shall be transmitted electronically to the Contract Specialist, Chante Fredrick at chante.m.fredrick.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7aaf0ea16523c367e4a603bc3b36e834)
- Place of Performance
- Address: PD ALTESS RADFORD ARMY AMMUNITION PLANT RADFORD VA
- Zip Code: 24143
- Zip Code: 24143
- Record
- SN03445515-W 20140802/140801000052-7aaf0ea16523c367e4a603bc3b36e834 (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 |