SPECIAL NOTICE
74 -- Commercial Email Services
- Notice Date
- 12/7/2012
- Notice Type
- Special Notice
- NAICS
- 425110
— Business to Business Electronic Markets
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- DLA7DEC2012001
- Point of Contact
- Thomas J. Hagyard, Phone: 7037676548, ,
- E-Mail Address
-
Thomas.Hagyard@dla.mil,
(Thomas.Hagyard@dla.mil, /div)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a Request for Proposal (RFP) or Request for Quotation (RFQ). Defense Logistics Agency is conducting a Request for Information (RFI) as market research for planning purposes to review Commercial Email as a Service to meet DoD and other Federal Guidelines for consolidation of email and mobile services. The Government is conducting market research to assist in determining the appropriate solution to meet the Government's requirements. The Government is seeking responses from all businesses capable of providing the solution or has knowledge of the industry. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to the sources sought announcement. Participation is strictly voluntary. This notice will close 12 December 2012 at 1000 AM EST. Defense Logistics Agency, Fort Belvoir, VA, has an anticipated requirement for a Commercial Email as a Service with the following requirements: Maintain current suffix for email addresses for inbound and outbound email Initial support for 37,000 mailboxes, including 4,000 Non-Persona Entity (NPE) mailboxes, and 2,000 BlackBerry users •· Support users in CONUS and OCONUS locations Integration with current Active Directory infrastructure and Common Access Card (CAC) for identification Support Two factor authentication for Non-CAC Users Be compliant with FDCCI regulation and DoD guidance with reduce energy, cost and real estate footprint with increased IT security •· Provide seamless migration services and co-existence between the two systems •· Provide minimum mailbox size 4GB with archiving solution built in •· Support archiving/e-Discover, integration with collaboration tools, desktop video conferencing, and integration with web-based collaboration systems, integration support for email enabled applications, Anti-Virus, SPAM protection, •· Provide 99.9% service uptime measured in total user minutes per month •· Support for DoD encryption requirements and digital signatures •· Support for iOS, iPad, Android and Blackberry mobile devices •· Provide Voice Mail support for VoIP services •· Provide integration with Microsoft OCS •· Provide Blackberry Enterprise Support •· Provide web-based access to email •· Provide support for its service offering •· Provide Disaster Recovery/COOP capability •· Provide Dedicated data storage infrastructure to agency and other DoD customers only •· Email supported systems must meet STIG (Security Technical Implementation Guides) compliance and identify host level protection, detection, monitoring, anti-malware, base lining, compliance management capabilities •· Provide support for containment and eradication of spillages •· Must be able to meet security requirements defined by DoD Information Assurance Certification and Accreditation Process (DIACAP) Federal Information Security Management Act (FISMA) along with enhanced 508 Compliance, DoD 5200, DoD 8500 series 8570 and FedRamp security requirements and achieve Authority To Operate (ATO) and Authority To Connect (ATC) approval •· Provide remediation scans and reports for Information Assurance Vulnerability Assessment (IAVM) compliance The Government is conducting market research to find solutions that will meet the above specifications. Interested contractors who meet the criteria above shall provide a full description of the proposed solution that will meet the specifications. Feedback on this requirement is encouraged. Interested respondents should submit a brief capabilities statement package. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. A comprehensive description of the proposed solution that meets the requirement described in this notice including product literature. 3. State the lead time (days) for delivery. Responses shall be submitted by email to Thomas.Hagyard@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/DLA7DEC2012001/listing.html)
- Record
- SN02944705-W 20121209/121207234029-0ad7d27755d703599cc85345cabfcb08 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |