Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2023 SAM #7835
SOURCES SOUGHT

D -- Database Replacement Solutions

Notice Date
5/9/2023 11:30:53 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 22060-6201 USA
 
ZIP Code
22060-6201
 
Solicitation Number
HDTRA1-23-R-0TBD
 
Response Due
5/26/2023 9:00:00 AM
 
Point of Contact
Sharon Lightfoot, Phone: 5716166989, Russell V. Kelley, Phone: 5716166626
 
E-Mail Address
sharon.c.lightfoot.civ@mail.mil, russell.v.kelley.civ@mail.mil
(sharon.c.lightfoot.civ@mail.mil, russell.v.kelley.civ@mail.mil)
 
Description
This Announcement is a Sources Sought Notice ONLY. The U.S. Government is looking for database replacement solutions to provide a software as a service (SaaS) that meets Department of Defense (DoD) security requirements. �The software shall be Federally authorized, or DoD approved, and sanctioned to host DoD Personal Identifiable Information (PII) data. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories (including: 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price. Please note the associated Statement of Objectives (SOO) for details on the required capabilities for the database replacement. �In addition, the Vendor shall not recommend any solution, or course of action, that will result in government ownership of any data center assets as defined in H1540CR.HSE - National Defense Authorization Act for Fiscal Year 2012 or in establishing a government data center as defined in OMB Memorandum M-16-19, �Data Center Optimization Initiative (DCOI)�. This includes any effort resulting in the procurement of a server(s), whether in a production, test, staging, development, or any other environment. �Where the vendor�s solution depends upon utilization of data computing and storage capacity, the offeror shall specify the processor, compute, memory and storage hereby referred to as compute capacity, necessary to support the proposed course of action.� Subject to the requirements otherwise stated in this sources sought, the vendor may elect to acquire the specified compute capability using ONE of the following approaches: Vendor may recommend the use of Government Furnished Equipment (GFE) in the form of compute capacity. DTRA will then acquire said capacity from either DISA or a FedRAMP-Authorized service provider with a DoD Provisional Authorization for the Information Impact Level appropriate to the data being processed, and provide access to that capacity to the offeror.� Access to GFE cloud capability will include government provided roles/accounts within the provisioned space along with appropriate credentials. Increases in the access bandwidth or installation requirements for direct connections to the provisioned cloud service provider shall be the responsibility of the offeror.� Should the Offeror propose the use of GFE, the proposal shall clearly identify the requirement using publicly available commercial cloud cost calculators. In addition, the proposal shall identify the anticipated Impact Level of the data and provide a narrative detailing why that Impact Level is appropriate.� Details regarding Impact Level characterization can be found in the attached Cloud_Computing_SRG_v1r4-Excerpt and in the Department of Defense, Cloud Computing Security Requirements Guide, Version 1 Release 4, 20 January 2022 https://public.cyber.mil/stigs/downloads/. The vendor may recommend to furnish existing compute capacity, either directly or through a Cloud Service Provider that is a FedRAMP-Authorized service provider, with a DoD Provisional Authorization for the Information Impact Level appropriate to the data being processed.� In doing so, the vendor would invoice the government for cost of capacity IAW the vendor�s approved accounting system�s procedures and practices. Data center assets owned or purchased by the vendor shall remain the property of the vendor and impose no ownership liabilities to the government.� The recommendation shall clearly identify the anticipated Impact Level of the data and provide a narrative detailing why that Impact Level is appropriate.� Details regarding Impact Level characterization can be found in the attached Cloud_Computing_SRG_v1r4-Excerpt and in the Department of Defense, Cloud Computing Security Requirements Guide, Version 1 Release 4, 20 January 2022 https://public.cyber.mil/stigs/downloads/. This notice does not constitute Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry as required by FAR 5.2.� It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.� The NAICS code for this requirement is 518210�- Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services with a size standard of $40M.� The PSC is DH10 - It And Telecom - Platform As A Service: Database, Mainframe, Middleware. Questions regarding and responses to this Sources Sought should be emailed to the Contract Specialist of record for this requirement by/before May 26, 2023 @ 1200PM �EST (Ft. Belvoir local time): ����������� Sharon Lightfoot (Sharon.c.lightfoot.civ@mail.mil) ����������� Contract Specialist ����������� Defense Threat Reduction Agency ����������� Responses to this sources sought, in addition to the Vendor�s database recommendation, should also include: 1.� Cover Letter with the Vendor Name, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.� A capability statement for your company should be included with the response. 2.� Identify whether your firm would be interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c273b58acd1240e2b1319664c40b43b7/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN06677183-F 20230511/230509230113 (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.