SOURCES SOUGHT
D -- The Defense Information Systems Agency (DISA) is seeking sources for Enterprise Storage Solutions IV (ESS IV) Capacity Services.
- Notice Date
- 1/25/2024 12:31:03 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- 842468794
- Response Due
- 2/9/2024 1:00:00 PM
- Archive Date
- 02/24/2024
- Point of Contact
- David C. Long, Phone: 6184186218, Lori M. Dall, Phone: 6184186487
- E-Mail Address
-
david.c.long20.civ@mail.mil, lori.m.dall.civ@mail.mil
(david.c.long20.civ@mail.mil, lori.m.dall.civ@mail.mil)
- Description
- The DISA Infrastructure Line of Business (HaC J9, HC33) is seeking information from potential sources for ESS IV. The service provider shall deliver a reliable, responsive, secure, and cost effective storage infrastructure, with related services and equipment for both DISA and DISA approved locations in the continental United States (CONUS) and outside of the continental United States (OCONUS). The optimal solution should result in a dynamically scalable storage capability utilizing an on-demand service approach for new equipment that can readily adjust to both increases and decreases in storage requirements and is priced on a utility (as used) basis for storage hardware. The requirement is for the acquisition of storage services that includes hardware and software, equipment including cabinets/racks/cabling/cable management/PDUs, hardware maintenance, operating system software, and any other software required for the Contractor solution to operate, and services to support the storage infrastructure associated with this contract. This solution affords DISA flexibility and the total scope of required services to meet the requirements of security, availability, scalability, and modernization of the storage infrastructure The Service provider must bundle essential managed services to support the successful deployment and ongoing operation of provided solutions. These services should be focused on monitoring, incident response and software change management. Change management will typically be performed quarterly. The Contractor solution shall follow DISA Security Technical Implementation Guides (STIGs). The bundled Managed Services include but are not limited to the following major elements: � Perform startup and shutdown � Monitoring, Incident Response and Problem Management � Patch/Change Management � Capacity Planning and Reporting Managed Services will adapt services and deployment as appropriate for the SIPR network. Exclusions: � DISA will be responsible for Database Administration, Application Administration and backup/recovery including media if required. � DISA will also be responsible for ordering additional capacity if required. � Formal software training as necessary � Migration Services The Government will maintain day-to-day operational control of the storage environment and complete oversight responsibility. This operational control includes the installation of all software updates after the initial delivery. All operating system software, and all other software required for the Contractor solution to operate, including software maintenance and licensing shall be included under this contract. It is expected that the service provider will share operational responsibility with the Government as a capacity services provider performs in the commercial marketplace. DISA will maintain governance over the totality of the storage environment. The anticipated award will be during Fiscal Year 2025. The Period of Performance will be a five (5) year base period with five (5), one (1) year renewal options for a total lifecycle of ten (10) years. The anticipated Place of Performance is: CONUS Locations: � Chambersburg, PA � Columbus, OH � Denver, CO � Fort Meade, MD � Pensacola, FL � Mechanicsburg, PA � Montgomery, AL � Ogden, UT � Oklahoma City, OK � Raven Rock Mountain Complex, PA � San Antonio, TX � CONUS locations where DISA may acquire an operational responsibility. OCONUS Locations: � Hawaii � Germany � Bahrain � Japan � OCONUS locations where DISA may acquire an operational responsibility. DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC108420D0009 Contract Vehicle: IDIQ FFP Incumbent and their size: Hewlett Packard Enterprises, Large Business Method of previous acquisition: Full and Open Competition via FedBizOpps in 2017 (now SAM.gov) Period of performance: January 2021 � January 2031 REQUIRED CAPABILITIES: The Contractor shall provide utility storage solutions that can be delivered, installed, implemented, scaled, reconfigured, and maintained throughout their life at an optimum level of performance according to the Original Equipment Manufacturer (OEM) best practices without service disruption. Non-disruptive changes shall include increases and decreases in disk and port capacity and firmware updates. Storage devices must provide non-disruptive capabilities internally and must not rely on external hardware or software (redundant switching, port failover, host multipathing, etc.) to provide data transport during firmware upgrades, hardware replacement, or troubleshooting. Storage Area Network devices must provide the same non-disruptive capabilities during firmware upgrades. All Contractor�s solutions must provide a method for encrypting Data at Rest and remain in compliance with current and future Federal Information Processing Standards (FIPS). 1) DISA's objective is to provide a dynamically scalable storage capability to its mission partners utilizing an on-demand service approach, for new equipment, that can adjust to changes in processing and throughput requirements while maintaining a high level of availability and preventing data loss in the event of component failure(s). Describe and provide an example of your company�s experience deploying scalable (increases and decreases) solutions that are highly available with a minimum of 99.9999% for Enterprise class storage (Enterprise Block and Enterprise Virtual Environment), a minimum of 99.9% for Bulk Block based storage, and 99.95% for all other orderable systems and methodology to prevent data loss in the event of component failure(s). 2) The objective of the ESSIV contract is to obtain reliable, responsive, and cost-effective storage infrastructure capacity services that is priced on a utility (as used) basis. Describe and provide an example of your company�s experience with providing storage solutions that are deployed and priced on a utility basis. 3) DISA must continue to adapt to an ever-changing DoD mission which includes deployment of storage capability to both CONUS and OCONUS Government locations where DISA has or may acquire an operational responsibility. The Contractor must have the ability to install, operate and maintain their storage solution at Government-approved locations worldwide where DISA may acquire an operational responsibility. Locations may increase or decrease depending on DISA mission requirements. Describe and provide an example of your company�s experience to deploy, install, operate, and maintain storage capability at all current and potential DISA sites both CONUS and OCONUS. 4) The Contractor shall provide all preventive maintenance, predictive maintenance, and OEM remedial maintenance on all hardware operating as part of the solution. The solution shall include the Contractor�s ability to schedule and perform maintenance with no disruption to production operating environment. Describe and provide an example of your company�s experience in providing preventive, predictive, and OEM remedial maintenance for storage capacity services to provide and maintain high performance and availability without disrupting the production operating environment. SPECIAL REQUIREMENTS: Must have a Secret Facility Clearance. Please provide your current Facility Clearance level. SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 541519 with the corresponding size standard of $34M. 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 FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering. Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Small Business Socio-economic status (if small); 4) CAGE Code; 5) Prime contract vehicles; to include ENCORE III, SETI, NIH CIO-SP4, NASA SEWP V, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SIN(s), groups or pools), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and businesses with a valid cage that lack prime contract vehicles are still encouraged to respond to this notice.) Businesses who wish to respond must send a response via email NLT 4:00 PM Eastern Daylight Time (EDT) on February 9, 2024 to Contracting Officer Lori Dall, lori.m.dall.civ@mail.mil or Contract Specialist David Long, david.c.long20.civ@mail.mil. Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than five pages) demonstrating the ability to perform the services listed under Required Capabilities. 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. All submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b39b9df96664c658c1baaf26ed249ad/view)
- Record
- SN06946060-F 20240127/240125230046 (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 |