Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
MODIFICATION

D -- RFI AMD 2 - DEFENSE ENTERPRISE OFFICE SOLUTION (DEOS)

Notice Date
12/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design 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
RFI-DEE
 
Archive Date
12/30/2016
 
Point of Contact
WAYNE FAGAN,
 
E-Mail Address
disa.meade.sd.mbx.defense-enterprise-office-automation-deos@mail.mil
(disa.meade.sd.mbx.defense-enterprise-office-automation-deos@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS AMENDMENT 2 TO THE DoD ENTERPRISE EMAIL (DEE) REQUEST FOR INFORMATION (RFI) NOTICE, RENAMED TO THE DEFENSE ENTERPRISE OFFICE SOLUTION (DEOS). THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. ***Please only answer items asked in this AMD 2 Request for Information (RFI). All other attachments are from previous RFI (Packages labeled "DEE 2.0 Q&A" and "RFI" and "AMD1") and are left on for information purposes only.***** The Defense Information Systems Agency (DISA) / Services Development Directorate / SD3 through the Procurement Services Directorate are seeking feedback from Industry on the following: The Defense Enterprise Office Solutions (DEOS) Program Management Office (PMO) is evaluating how to build a flexible contract and Contract Line Item Numbers (CLIN) structure that supports and enables DoD users to consume rapidly changing cloud products and services. The Government will NOT be providing a Statement of Objective (SOO) at this time and would like Industry to propose a draft CLIN structure based on the DEOS requirements outlined within the draft Capability Design Document (CDD) that was posted on 04 October 2016 as AMD 1, via FebBizOpps ( Solicitation Number: RFI-DEE) and the various parameters outlined below: The CLIN structure should account for DEOS being a Subscription based enterprise service in which the Government subscribers require a fixed price per users. Currently the Government has two different types of users who will be consuming the DEOS service: •• New User - Does not have an existing licensing for the proposed service or product, and would require the ability to purchase the required license for the service or product. •• Legacy User - Has an existing licensing agreement in place and would like to provide the Commercial Service Provider (CSP) the licensees via Government Furnished Equipment (GFE). The Government requests that Industry: •1. Outline a tired licensing structure (i.e. browsers based vs. application based) •2. Outline the Labor Rates according to Labor Category and provide a labor category description in a separate table or tab. •3. Outline optional CLINs that allow customers to order features that are not required by most customers (i.e., local survivability, analog gateways, project planning applications, etc.) and therefore would not be included in the base cost. •4. Outline the different costs for sensitive but unclassified and classified implementations located CONUS and OCONUS as required. Industry responses to the CLIN Structure Parameters shall be provided via Microsoft Excel or Word format and shall be submitted by e-mail to the following address: disa.meade.sd.mbx.defense-enterprise-office-automation-deos@mail.mil no later than Thursday, December 15, 2016 @ 4:00 PM (EST). DISCLAIMER: This RFI AMD 2 is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in this RFI AMD 2 is preliminary as well as subject to modification and is in no way binding on the Government. Federal Acquisition Regulation (FAR) clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI AMD 2. The Government does not intend to pay for information received in response to this RFI AMD 2. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI AMD 2. This RFI AMD 2 will be the basis for collecting information on capabilities available. This RFI AMD 2 is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI AMD 2 that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI AMD 2 are not offers and cannot be accepted by the Government to form a binding contract. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-10-24 11:38:48">Oct 24, 2016 11:38 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-12-01 10:27:37">Dec 01, 2016 10:27 am Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/RFI-DEE/listing.html)
 
Place of Performance
Address: 6914 Cooper Avenue, Fort Meade, Maryland 20755, United States, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04340838-W 20161203/161201234652-61e261011e2c59224b5d1e44c8cbbd20 (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.