SOURCES SOUGHT
D -- User Experience Monitoring
- Notice Date
- 8/5/2024 8:29:20 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA8726 AFLCMC HNK C3IN HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- UXM_RFI
- Response Due
- 9/13/2024 12:00:00 PM
- Archive Date
- 09/28/2024
- Point of Contact
- Veronica S. Schoultz, Erin VanCise
- E-Mail Address
-
Vschoultz1@gmail.com, erin.vancise@us.af.mil
(Vschoultz1@gmail.com, erin.vancise@us.af.mil)
- Description
- Air Force Life Cycle Management Center/Enterprise IT and Cyber Infrastructure Division (AFLCMC/HNI) User Experience Monitoring (UXM) Program Management Office (PMO) Request for Information (RFI) - Monitoring Solution for Network, Systems, and Application Performance Visibility 1. Background: The Department of the Air Force (DAF), Air Force Cycle Management Center (AFLCMC), Cyber and Networks Directorate (HN), Enterprise Information Technology and Cyber Infrastructure Division (HNI), Program Management Office (PMO) is seeking information from qualified vendors regarding a monitoring solution that can provide comprehensive visibility into IT network, systems, and application performance. The purpose of this RFI is to gather information about available solutions and capabilities to support our monitoring requirements. The UXM PMO is responsible for monitoring a complex network, systems, and application infrastructure that supports critical operations. This infrastructure includes base networking equipment and networks, multiple data centers, cloud environments, VPNs, and a wide range of applications serving internal (DAF) users. We are seeking a monitoring solution that can provide real-time visibility into the performance of our IT network, systems, and applications, enabling us to proactively identify and resolve issues. The PMO is interested in solutions that can provide a comprehensive, holistic, and integrated understanding of the traffic and infrastructure within DAF networks � and that enables our operators to do (1) root-cause analysis (2) automated predictive problem detection, (3) suggests solutions and fixes, (4) planning and modeling for network improvements. The monitoring solution should include the ability to perform the following requirements: Service Dependency Mapping: The solution should be able to automatically map out interdependencies between applications and alert us when unexpected communication and bottlenecks occur on the network. Network Modeling Capabilities: The solution should provide a dynamic map of our network, including devices in multiple locations, and allow us to simulate network changes prior to execution. It should also have the ability to identify network issues by comparing running configurations to ""known good"" configurations. The solution should support Distributed Tracing, and the correlation with Network Events and Metrics from Logging. Application Performance Monitoring Capabilities: The solution should offer agent-based and synthetic testing capabilities for monitoring the performance of our applications. It should provide real-time visibility into transaction details, track performance by user, and offer browser-based application synthetic testing. Additionally, it should have the ability to monitor our on-premises virtual environment (VMware) and provide database monitoring for SQL and NoSQL databases. Customizable & Extensible: The solution should support the creation of custom tests that can be crafted by non-expert programmers. As well as the ability to ingest and correlate data sources from other vendors and existing DAF and DISA networking modeling investments. Standards: Vendors should highlight industry standards that they support. For example, Export and Ingest of Open Telemetry data and the level of compliance to the Semantic Conventions for attributes. Accreditation and Approval: All items must be Trade Agreements Act (TAA) compliant and approved for use within the Department of Defense (DoD). 2. Response Format: Administrative Information: The Government requests written responses to this RFI in a Microsoft Word document not to exceed (NTE) 10 pages in length (Cover Page, Table of Contents, and Acronym list not included). Page size is to be 8.5� x 11.0� with 1� margins. Text should be Times New Roman, no smaller than 12-point font. Respondents should identify the following information on the cover page of its submission: Company Name, Address, and Point of Contact CAGE Code NAICS Code, size of pursuant business Large Business or Small Business designation Company Ownership: Domestic or Foreign (indicate country of ownership) GSA Schedule(s)/GWAC(s)/Other Ordering Vehicles held that could be applicable to this requirement The company name should appear clearly on every page of the submittal and proprietary information must be clearly marked. To the maximum extent possible, please provide non-proprietary information. Please identify any information that might be identified as Controlled Unclassified Information (CUI) or proprietary and ensure it is transferred through an appropriate medium. No classified information shall be submitted. Solution Overview: Please provide an overview of your monitoring solution, addressing the following points: Key features and capabilities of your solution How your solution addresses the requirements mentioned in the RFI Technical Specifications: Please provide detailed technical specifications of your solution, including but not limited to: Hardware requirements (if applicable) Software requirements Integration capabilities with existing network, systems, and application infrastructure Implementation Approach: Please describe your implementation approach, including but not limited to: Deployment and configuration steps Estimated timeline for implementation Vulnerability handling to include notifications, patches, and test plan prior to implementation Pricing Model: Please provide pricing model/structure information for your solution, including but not limited to: Licensing type or subscription fees Any additional costs for implementation, training, or support Training & Support: Please provide an overview of: Type of training needed to operate the system Estimated timelines and manpower resources need to become self-sufficient Types of Technical support and response times available References: Please provide 2-3 examples where your recommended solution has been implemented for other organizations (Government or Non-Government), including the following information for each example: Organization Name Contract Number, if a government customer Point of Contact (POC) and contact information �3. Questions and Submission information: Any questions regarding this RFI must be submitted via email on the Q&A Template within 10 business days of this posting to the Contracting Officer at erin.vancise@us.af.mil and the Contracts Specialist at veronica.schoultz@us.af.mil. All questions and their answers will be posted with this RFI for all interested parties to access. The Government requests submission of RFI responses no later than 1500 Eastern Time on 13 Sep 24. 4. Disclaimer: This is an RFI, as defined in Federal Acquisition Regulation (FAR) 15.201(e). Any information submitted by respondents to this request is strictly voluntary. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB); nor does its issuance obligate or restrict the U.S. Government to issue an RFP, RFQ, or IFB in the future. The U.S. Government does not intend to award a contract or order based on responses from this RFI. Not responding to this RFI does not preclude participation in any future RFP, RFQ, or IFB, if any are issued. Respondents are advised the U.S. Government shall not pay for any information provided, the use of such information, the preparation of such information, travel expenses, nor any administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties� expense. Information received from this RFI will be used for acquisition planning and market research purposes; an acquisition strategy has not yet been approved for this requirement. As such, any response submitted to this RFI constitutes consent for that submission to be reviewed by military personnel, Government civilians, and Government support contractors, such as Deloitte Consulting LLP, Astrion, Isobar Public Sector, Oasis Systems, Applied Research Solutions (ARS), Insight Global, Aegis, Abacus Technology Corporation, Insight Public Sector, and QuanTech Services. The responses may be forwarded to other Government entities in consideration for applicability to other programs. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. All DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The U.S. Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable U.S. Government regulations. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. Issuance of this RFI does not obligate or restrict the U.S. Government to an eventual acquisition approach.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba28b91ecd3a4b43b6d619750102e3e4/view)
- Place of Performance
- Address: Hanscom AFB, MA 01731, USA
- Zip Code: 01731
- Country: USA
- Zip Code: 01731
- Record
- SN07157099-F 20240807/240805230122 (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 |