Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOURCES SOUGHT

R -- OIS Hosted Services Platform Sustainment (OIS HSPS) (VA-20-00016612)

Notice Date
7/8/2020 7:04:57 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B20Q0426
 
Response Due
7/8/2020 12:00:00 PM
 
Archive Date
08/07/2020
 
Point of Contact
John Sangalang, CS Intern, Phone: 732-795-1027
 
E-Mail Address
john.Sangalang@va.gov
(john.Sangalang@va.gov)
 
Awardee
null
 
Description
Request for Information OIS Hosted Services Platform Sustainment (OIS HSPS) VA-20-00016612 Introduction This action is intended to be competed under the Transformation Twenty One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 million. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of (15) pages. The Government will not review any other information or attachments included, that are in excess of the (15) page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in the Vendor Information Pages (VIP). NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) b. Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: As mentioned in PWS Section 5.2, the infrastructure managed by the HSPS contract is a virtualized environment running on VMware that includes shared storage and is provisioned with floating Virtual Local Area Network (VLAN) networking. Please discuss your company s experience in managing 24x7x365 environments that include primary and failover sites as mentioned in PWS Section 5.4.; include a detailed response to your technical approach for meeting these requirements (Section 5.4). The primary and failover sites mentioned in PWS Section 5.4 have equivalent processing power, network capacity, and shared storage capability. Discuss the benefits of these capabilities as it applies to ensuring uptime for the hosted applications and your approach to incorporating these capabilities into a disaster recovery strategy, specifically for the case of failover from the primary to failover site. PWS Section 5.2.2.a discusses Zenoss, which is the Commercial Off the Shelf (COTS) proactive monitoring solution utilized for the platforms managed by the HSPS contract. Please provide your experience utilizing Zenoss or equivalent proactive monitoring software to monitor hardware, Operating Systems, network equipment, storage platforms and creating custom ZenPacks for monitoring performance of multiple, critical applications similar in size and complexity to the VA environment as outlined in PWS Appendices A & B. Additionally, if describing an equivalent software to Zenoss, please translate how that experience equates to and will be utilized to meet the Zenoss requirements in PWS Section 5.2.2.a. PWS Section 5.2.2.g discusses maintaining the foundational cybersecurity posture of the platforms hosted by the HSPS contract. Please provide your detailed approach to implementing and managing the applicable DISA STIGs for the components and software listed in PWS Appendices A& B, as well as, your approach for addressing specific checks that might negatively impact application or database functionality of the supported platforms. As discussed in PWS 5.2.2, please discuss your company s experience and provide specific examples regarding your company s capabilities in troubleshooting and working with 3rd parties to provide expertise and advice for performance tuning and problem solving of applications hosted on the platforms your company has managed. Detail specific interactions, issues encountered, and resolutions achieved. As discussed in 5.6, please discuss your company s experience and provide specific examples of your company s support of platform lifecycle planning to include experience and capabilities in providing independent product testing to meet growth and performance improvement requirements you developed throughout the platform lifecycle management process. Please detail your testing capabilities and provide your detailed testing methodology for performance testing applications on various hardware configurations. NOTE: Technical questions may be submitted as part of your response, however, questions directed to the customer are prohibited. c. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR ยง125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. d. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question c) e. If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than (10AM EST), (July 14, 2020) via email to John Sangalang Contract Specialist at John.Sanalang@va.gov and Christopher Minetti, Contracting Officer at Christopher.Minetti@va.gov. Please note RFI (VA-20-00016612 and OIS Hosted Services Platform Sustainment) in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/688b7d66d38a4d54904e717dc28cd88b/view)
 
Record
SN05715373-F 20200710/200708230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.