Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SPECIAL NOTICE

D -- USAGM Cloud Support Services RFI/ Industry Day Notice

Notice Date
2/8/2024 2:01:16 PM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
OFFICE OF CONTRACTS WASHINGTON DC 20237 USA
 
ZIP Code
20237
 
Response Due
2/13/2024 1:00:00 PM
 
Archive Date
02/20/2024
 
Point of Contact
Charles Hill, Krista Jones
 
E-Mail Address
chill@usagm.gov, USAGMRFQCON@USAGM.gov
(chill@usagm.gov, USAGMRFQCON@USAGM.gov)
 
Description
REQUEST FOR INFORMATION GENERAL INFORMATION CONTRACTING OFFICE�S ZIP CODE 20237 RFI NUMBER GM-213202416 RESPONSE DATE(RSVP)/TIME/ZONE February 13, 2024, 4:00pm EST INDUSTRY DAY: February 16, 2024 1:00pm-3:00pm EST SET-ASIDE N/A PRODUCT SERVICE CODE DG10 NAICS CODE 518210 CONTRACTING OFFICE ADDRESS U.S Agency for Global Media Office of Management Services, Office of Contracts 330 Independence Avenue, SW, Room 4360 Washington, D.C. 20237 Introduction This Request for Information (RFI) and Industry Day Announcement is for information gathering 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. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes 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 objectives of this procurement is for the successful Contractor to assist the Office of the Chief Financial Officer (CFO) and the Office of the Chief Information Officer (CIO) with 1) management of the Azure hosting environment after migration of the Momentum application; 2) Collaborate with CGI to stand up a copy of the current Momentum environment in USAGM�s Azure tenant cloud account; 3) Migrate the Oracle Database to OCI; and 4) set up and manage a disaster recovery site. The North American Industry Classification System (NAICS) for this requirement is 518210 with a size standard of $40 million. �Submittal Information All responsible sources may submit a response in accordance with the below information.� There is a page limitation for this RFI of five (5) pages.� The Government will not review any other information or attachments included, that are in excess of the five (5) 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 SOW and follow outline provided. Responses must include the following: Interested organizations shall submit their RFI responses and RSVP electronically to Krista Jones, Contract Specialist, at USAGMRFQCON@USAGM.gov no later than 4:00PM Eastern Standard Time (EST), Tuesday, February 13, 2024, 4:00PM EST. Questions regarding this RFI are due no later than Tuesday, February 13, 2024, 4:00PM EST. �RFI GM-213202416 Cloud Management Support Services� shall be in the subject line of your e-mail.� Responses should be submitted as a single email attachment, in either Microsoft Word or PDF format. All responses shall be unclassified, with proprietary information clearly marked. Do not include promotional materials. All pages should be numbered consecutively beginning with Page 1, be single-spaced, and use one-inch margins on 8.5 x 11 inch. Responses must use 11?point font; the only exception is for charts, graphs, or tables which must use a minimum of 10-point font. When responding to RFI Question, it is not necessary to repeat, rephrase, or reiterate the RFI Question; simply refer to Question 1. Responses to this RFI must not exceed five (5) pages in length including the following sections: cover page, organization�s capability statement, and organization�s responses to USAGM�s RFI questions. Respondents may choose how much of the five (5) page limit they devote to any particular section of their RFI responses, but RFI responses shall include the following information and be presented in the below order: Interested Contractors 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��� � � � � � � � � � �NAICS code(s) � � � � � � � � � �Socioeconomic data � � � � � � � � � �Unique Entity Identifier (UEI) � � � � � � � � � �Existing Contractual Vehicles (GWAC, FSS, or SEWP etc.) Provide a summary of your technical capability to meet the requirements contained within the draft SOW. Contractor�s Capability Statement to meet the SOW �Summary of relevant projects showing capabilities, including list of customers and contracts covering the past three years for work considered most relevant to USAGM�s description of need. �Past performance in applicable areas. Contractor�s Response to USAGM�s RFI Questions. PROPRIETARY INFORMATION AND DISCLAIMERS:� Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. USAGM reserves the right to utilize any non-proprietary technical information in the anticipated solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the FAR Part 9.5. Request For Information (RFI) Questions Is there anything that needs to be more clearly defined by USAGM in the attached draft Statement of Work (SOW)? Has the draft SOW provided sufficient detail to describe the technical requirements that encompass the Cloud Support services to be performed under this effort. ______ YES ____ NO (if No, answer question) If �NO�, please provide your technical comments/recommendations on elements of the draft SOW that may contribute to a more accurate proposal submission and efficient, cost-effective effort. � � � � 3. Demonstrate your ability to perform tasks in line with setting up new cloud hosting environment in Azure and required Systems knowledge to be performed under this SOW. Provide at least three examples with a brief description of the project, customer name, timeliness of performance, customer�satisfaction, and dollar value of the project. Offeror's Joint Venture information if applicable. 4. Ability and experience to migrate the Momentum Oracle database to OCI, test the migration, manage the database once in Production, and the Contractors relationship with Microsoft Azure and Oracle. 5. Previous experience working with a Momentum implementation? 6. Experience with the tools used in the environment, including Apache Webserver, Tuxedo, Weblogic, and WebMethods? 7. Describe how you evaluate the complexity of projects and manage resources to estimate project requirements and risks. 8. A positive statement of your intention to submit a proposal for evaluation when the solicitation is posted. 9. Industry insight on this work and Best practices are welcome (to include Level of effort suggested). This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. ATTACHMENT 1: Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a79f3ffdbc64f21bddc8426e813c9ab/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06959212-F 20240210/240208230046 (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.