SOURCES SOUGHT
D -- Cloud Infrastructure and Support Services
- Notice Date
- 7/27/2018
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-S-0022
- Archive Date
- 8/21/2018
- Point of Contact
- Leo J. Fratis, Phone: 2405861523
- E-Mail Address
-
leo.j.fratis.civ@mail.mil
(leo.j.fratis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought for planning purposes only. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of the sources sought. THERE IS NO SOLICITATION AT THIS TIME. The Public Health Emergency Medical Countermeasures Enterprise (PHEMCE) is a federal coordinating body responsible for the development, acquisition and distribution of medical countermeasures (MCMs) to mitigate medical consequences of a chemical, biological, radiological, or nuclear (CBRN) event, pandemic influenza or emerging infectious disease with a significant public health impact. Since MCM development is conducted through multiple agencies across the federal government, the PHEMCE needs visibility into projects within the Integrated National Portfolio. To that end, the Portfolio Tracking and Coordination Initiative (PTCI) has the overarching goal to develop and field a suite of tools to provide real-time access to information that enables data driven decision making by PHEMCE stakeholders. This would include information on what is being done in the integrated portfolio, where to find product development support capabilities and how much MCM development should cost. The PTCI consists of an open source, FISMA certified cloud based Infrastructure and Software as a Service (IaaS and SaaS respectively) web enabled platform, with an emphasis on maintaining cost effectiveness and scalability. Three components will reside on this platform: 1) Portfolio Tracking Tool, 2) Broad Based Capabilities Tool, 3) Interagency Cost Model Tool. In addition to U.S. stakeholders, the PTCI provides a platform to support access to critical program information from the public health and defense agencies of Australia, Canada, and the United Kingdom. The Government is interested in sources with the following attributes/capabilities: 1. Provide Virtual Services capable of supporting the following technologies: i. MySQL - Database ii. PostgreSQL - Database iii. Apache/Jakarta Tomcat - Application Server iv. Ruby on Rails Phusion Passenger v. Hyperic - Monitoring vi. Insight - Performance monitoring vii. Creation of meta-data repositories viii. Setting up secure VPN to the internal network ix. Import/export scripts to allow export and import content from a development environment to a production environment (where both development and production environments are using different technologies). 2. The Virtual Machines or Instances provided shall meet the following minimum system requirements: i. Servers: Equivalence of 4 t2.mediums, 1 c5xlarge EC2 instances all with standard ~30gb volumes, and one 1TB ebs volume ii. Database servers: Equivalence of 2 RDS db.r3.xlarge with ~20GB storage 3. The Virtual environment provided by the Contractor shall allow: i. Horizontally scalable solution with Auto/Dynamic scaling ii. Load Balancing between VMs/instances iii. Redundancy Solutions iv. Private IP addressing v. High availability and Disaster recovery vi. A Network Configuration Utility outside of the VMs/Instances themselves 4. Infrastructure that operates in accordance with DoD security requirements. Respondents should supply the Government with a description to perform any or all of the capabilities described in this sources sought. The Government will retain comments and information received in response to the sources sought. Proprietary information should be identified as Company Proprietary. Do not use Government Security classification markings. All written responses must be received by August 6, 2018. Responses should be addressed to the Government Contracting Officer Leo Fratis: leo.j.fratis.civ@mail.mil. Respondents shall designate a company point-of-contact for the Government. Preferred media is electronic (i.e. Microsoft World, Portable Document Format, or MS Power Point) via email submissions. However, other media types (i.e. CD, printed technical information) will be accepted and should be sent to US Army Contracting Command, ATTN: Leo Fratis, 110 Thomas Johnson Drive, Suite 240, Frederick, MD 21702. Material that is advertisement only in nature is not desired.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c8b6384386e64019cf76ea31306d8167)
- Record
- SN05010449-W 20180729/180727230853-c8b6384386e64019cf76ea31306d8167 (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 |