SOURCES SOUGHT
99 -- Subscription licenses for cutting-edge Commercial off-the-shelf Software as a Service (SaaS) and Platform as a Service (PaaS) solutions for the DISA Joint Enterprise Licensing Agreement (JELA) Program Management Office (PMO)
- Notice Date
- 7/31/2024 8:58:54 AM
- Notice Type
- Sources Sought
- Contracting Office
- IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- 842470243
- Response Due
- 8/29/2024 2:00:00 PM
- Archive Date
- 09/13/2024
- Point of Contact
- Adam Venhaus, Phone: 6184186272
- E-Mail Address
-
adam.m.venhaus.civ@mail.mil
(adam.m.venhaus.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION The Defense Information Systems Agency (DISA) is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. Overview/Purpose/ Description of Procurement The DISA Enterprise Licensing Agreement (JELA) Program Management Office (PMO), on behalf of Army, Air Force, Navy, OSD, and 4th Estate agencies, endeavors to procure subscription licenses for cutting-edge Commercial off-the-shelf Software as a Service (SaaS) and Platform as a Service (PaaS) solutions. This initiative targets various DoD service platforms, aiming to catalyze the enhancement and transformation of IT into a dynamic business enabler. � � � �2. Scope of Effort In response to the evolving landscape of defense operations, the Department of Defense (DoD) requires a robust suite of solutions spanning IT Service Management (ITSM), IT Operations Management (ITOM), Telecommunication Service Operations Management, IT Asset Management (Software and Hardware Asset Management), Customer Service Management, Strategic Portfolio Management (SPM) and IT Business Management, Discovery, Software Asset Management (SAM), Hardware Asset Management (HAM), and Strategic Program Management (SPM) among others. These solutions are strategically designed to modernize service support initiatives across diverse network environments and Impact Levels (2-5) for cloud and potential Impact Level 6 and TS on-prem, ultimately fostering IT modernization, enriching both internal and external customer experiences, streamlining employee workflows, by providing a single pane for IT services and facilitating comprehensive asset visibility. The anticipated start date: 4 Quarter of Fiscal Year 2025 � � � 3. General Requirements The selected products must seamlessly integrate DoD-specific security requisites and networks, preferably having undergone rigorous U.S. Government FedRAMP Impact Level assessments and holding a Provisional Authority to Operate. Additionally, provisions for user training, compliance with Section 508 of the Rehabilitation Act of 1973, SCCA/SCG compliance, and robust support for multiple DoD services and agencies are essential. � � � 4.�Technical Characteristics Automation applications play a pivotal role in empowering organizations to digitize, visualize, and manage cross-enterprise workflows effectively. Machine-learning capabilities, seamlessly integrated into the digital Platform, facilitate agile process automation. The DoD seeks a solution that not only automates manual tasks but also provides intuitive and unified experiences across the organization while enabling end-to-end digital transformation. The products should enable the creation of digital workflows that streamline work processes, boost productivity, and catalyze business innovation. Additionally, insights into how the solution supports enterprise-wide usage and its FedRAMP compliance status, particularly concerning Impact Levels 2- 5 environments, are requested. Furthermore, details regarding mobile functionality and past experiences with high-volume customers like the DoD are not only invaluable but should be emphasized. A. IT Service Management (ITSM): Could you provide an example of an out-of-the-box solution your company implemented for ITSM? Can you describe a specific instance where your company support CSM for a client? Can you describe how you company has populated and used the data in the CMDB for ITSM? Can you describe any integration experience your company has had in support of the ITSM solution? B.�IT Operations Management (ITOM): Could you share an example of how your company supported ITOM for a client? How did your team ensure the smooth operation of IT systems and infrastructure? Can you elaborate on any discovery, event management, and service mapping efforts your company has implemented? C.Telecommunication Service Operations Management: Please describe a scenario where your company supported Telecommunication Service Operations Management. What methodologies or frameworks did your team utilize in managing telecommunication services? Could you provide an example of a successful optimization or improvement your company implemented in telecommunication service operations? What method have you implemented in the pass to collect required circuit or device data? D.�IT Asset Management (Software and Hardware Asset Management): Could you provide an example of how your company streamlined asset tracking and inventory management for a client? Can you discuss your experience with populating the CMDB and describe how you have in the past handled the life cycle of software and asset management? E.Customer Service Management and IT Business Management: How did your team integrate customer service processes with IT business management systems? Can you elaborate on your companies experience in the transition of CSM into ITSM, or Demand management. �F. Human Resource Management: What tools or systems did your team implement to streamline HR processes? Can you provide an example of how your company helped optimize HR operations and improve employee satisfaction? � � � 5. Requested Information Responses should comprehensively outline the capabilities of the product(s) in alignment with the specified technical characteristics identified above in 4.A.-F. Response Guidelines Interested parties are requested to respond to this RFI with a white paper. Submissions should not exceed 12 pages single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI. Oral communications are not permissible.�� https://sam.gov/ (Contract Opportunities) will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than 29 AUG 2024 to adam.m.venhaus.civ@mail.mil and David White (david.a.white440.civ@mail.mil). Responses should include: Business name and address. Name of company representative and their business title; (Two points of contacts) Affiliate information: parent company, joint venture partners, and potential teaming partners; Business Size/Type of Small Business CAGE Code, and DUNS number. Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering.� (This information is for market research only and does not preclude your company from responding to this notice.) Industry Discussions DISA representatives may choose to meet with potential offerors and hold one-on-one discussions.� Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions Questions regarding this announcement shall be submitted in writing by e-mail to Adam Venhaus, adam.m.venhaus.civ@mail.mil and David White,david.a.white440.civ@mail.mil verbal questions will NOT be accepted. Answers to questions will be posted to sam.gov (Contract Opportunities).� The Government does not guarantee that questions received after 22 AUG 2024 will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses. Disclaimer This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government.� FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI.� The Government does not intend to pay for information received in response to this RFI.� Responders to this invitation are solely responsible for all expenses associated with responding to this RFI.� This RFI will be the basis for collecting information on capabilities available.� This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/581ad6bac0184b75a27c05940933440d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07151648-F 20240802/240731230131 (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 |