SOURCES SOUGHT
D -- milCloud 1.0 Sustainment
- Notice Date
- 11/18/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- milCloud_Sustainment
- Archive Date
- 12/15/2016
- Point of Contact
- Paula Schwenk, Phone: 3012254137, Kane Leedy, Phone: (301) 225-4153
- E-Mail Address
-
paula.s.schwenk.civ@mail.mil, kane.e.leedy.civ@mail.mil
(paula.s.schwenk.civ@mail.mil, kane.e.leedy.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Information Technology (IT) technical services support for milCloud 1.0 Sustainment. CONTRACTING OFFICE ADDRESS: Defense Information Technology Contracting Office (DITCO) Services and Services Development Contract Branch (PL62) DISA HQS COMPLEX - FT MEADE (ACQUISITION BLDG) (ROOM A1F16) P.O. BOX 549 FORT MEADE, MD 20755-7090 UNITED STATES INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, Economically Disadvantaged Woman Owned Small Businesses and Woman Owned Small Businesses to provide the required IT services. The Defense Information Systems Agency (DISA) Services Implementation Branch (SE2) is seeking information for potential sources to provide IT technical services support for milCloud 1.0 sustainment effort. MilCloud 1.0 is a cloud-service portfolio that features an integrated suite of capabilities designed to drive agility into the development, deployment and maintenance of Department of Defense (DoD) applications. MilCloud leverages a combination of mature, commercial-off-the-shelf (COTS) and government-developed technology to deliver cloud services tailored to the needs of the DoD. The benefits of milCloud include more flexibility and control for the mission partner to manage resources and control their computing environment. Finally, milCloud will aid the DoD to deliver the most innovative, efficient, and secure information and IT services in support of the department's mission; anywhere, anytime, on any authorized device. MilCloud is a component of the DoD Enterprise Cloud Environment and is a foundational Joint Information Environment, core data center offering. MilCloud's infrastructure is maintained within DoD core data centers that incorporate strict security protocols. The requisite infrastructure will be established in support of the DISA milCloud Program Management Office (PMO) service offering. The project entails enhancement of an infrastructure that currently resides at two geographically separate operating locations on Non-classified Internet Protocol Router Network (NIPRNet) and Secret Internet Protocol Router Network (SIPRNet). The infrastructure is comprised of 20 ESXi hosts (10 at each location), with 20 terabytes of raw storage (10 TB at each location). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Currently the work performed on the milCloud sustainment program is being performed partially on four different contracts. Our intent is to combine the relevant tasks from the four contracts onto one milCloud sustainment specific contract to ease management oversight on the contracting actions and gain performance and monetary efficiencies. Contract #1: HC1028-15-F-0280, all Tasks Contract Type: FFP labor + Cost ODC CLIN Incumbent and their size: KNWebs, Small Business Method of previous acquisition: Sole Source 8a Direct Award Contract #2: HC1028-08-D-2007 Task Order 0005, Tasks 6.2 & 6.3 Contract Type: FFP labor + Cost ODC CLIN Incumbent and their size: FCI, Large Business Method of previous acquisition: Competitive award via ENCORE II Contract #3: HC1028-16-F-0029, Task 6.4.4 Contract Type: FFP labor + Cost ODC CLIN Incumbent and their size: Trowbridge & Trowbridge, Small Business Method of previous acquisition: Competitive award via small business set aside on the General Services Administration (GSA) Alliant Contract #4: HC1028-08-D-2008 Task Order 0006, Task 6.10.1- Subtask 3 Contract Type: FFP labor + Cost ODC CLIN Incumbent and their size: Awarded to NetCon Solutions (Small Business); acquired by current vendor GDIT (Large Business) after award Method of previous acquisition: Competitive award via small business set aside on ENCORE II Brief description of the current program/effort. MilCloud is a cloud-services product portfolio, managed by the Defense Information Systems Agency (DISA) that features an integrated suite of capabilities designed to drive agility into the development, deployment and maintenance of secure Department of Defense (DOD) applications. MilCloud is an Infrastructure as a Service (IaaS) solution that leverages a combination of mature Commercial off the Shelf (COTS) and government developed technology to deliver cloud services tailored to needs of the DOD. Anticipated Time Frame. Anticipated effective date of new contract is targeted for 10 July 2017. List Place of Performance. Ft Meade, MD and Denver, CO. REQUIRED CAPABILITIES: a) On-Demand, Self-Service: milCloud consumers can place orders on-demand through web-based self-service tools, configure infrastructure resources where appropriate, and manage their mission application's lifecycle running on those resources without manual intervention from DISA support staff. b) Broad Network Access: All milCloud products and services have network connectivity to the DOD Information Networks (DoDINs), and are configured in accordance with relevant DOD security guidelines and approved protocols. c) Resource Pooling: milCloud resources are pooled such that multiple mission partners consume units from pools provisioned by DISA, enabling efficient use of aggregate resources and greater consumption flexibility. d) Rapid Elasticity: The milCloud portfolio has the ability to expand or contract resource use within virtual resource pools. e) As an enterprise service, milCloud reduces the infrastructure costs of operations by consolidating the virtual environments into DISA's highly secure Defense Enterprise Computing Centers (DECCs). f) milCloud provides the DOD a commercial like hosting capability in a secure environment required to achieve mission objectives. g) A foundational offering of the Joint Information Environment (JIE) Core Data Center (CDC), milCloud is comprised of a shared information technology (IT) infrastructure and single security architecture to achieve full spectrum superiority, improve mission effectiveness, increase security and realize IT efficiencies. SPECIAL REQUIREMENTS Security Requirement: SECRET, IT-I SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511 with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) on 30 November 2016 to paula.s.schwenk.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/milCloud_Sustainment/listing.html)
- Place of Performance
- Address: List Place of Performance. Ft Meade, MD and Denver, CO., United States
- Record
- SN04332423-W 20161120/161118234757-fb377e5e0b868fde8554fa0db2861bc6 (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 |