SPECIAL NOTICE
D -- Capacity Services Program Management Support - SDD RFI
- Notice Date
- 3/1/2016
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Defense Health Agency, Contract Operations Division - Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
- ZIP Code
- 22042
- Solicitation Number
- RFI-16-00357
- Point of Contact
- Jeannette Jordan, Phone: 7036817270, Robert Leblanc, Phone: 703-681-1790
- E-Mail Address
-
jeannette.jordan.civ@mail.mil, robert.e.leblanc6.civ@mail.mil
(jeannette.jordan.civ@mail.mil, robert.e.leblanc6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DEFENSE HEALTH AGENCY (DHA) REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) Professional, Administrative and Management Support Services RFI, Capabilities, & Sources Sought for the Defense Health Agency (DHA), Solution Delivery Division (SDD) Capacity Services Program Management Support, Solution Delivery Division (SDD), Clinical Support General Information: Notice Number: RFI-16-00357 Issue Date: March 01, 2016 Response Due: March 30, 2016 Product Service Code (PSC): R- Professional, administrative, and management support services North American Industry Classification System (NAICS): 541519 - OTHER COMPUTER RELATED SERVICES Issued By: This Request for Information (RFI) is being issued by the Department of Defense, Defense Health Agency, Contracting Operations Division-Falls Church (COD-FC) for the The Defense Health Agency (DHA) Solution Delivery Division (SDD) Primary Point of Contact: Jeannette Jordan Contract Specialist jeannette.jordan.civ@mail.mil 703-681-7270   Contracting Officer: Robert E. LeBlanc Robert.e.leblanc6.civ@mail.mil 703-681-1790 Response / Submission Method: All responses will be in electronic format and emailed to the Contracting Officer and Contract Specialist. All responses must be received no later than (30 March 2016), 2:00 PM Eastern Standard Time (EST). Submissions shall be in Microsoft Word or Adobe. Please ensure that your e-mail response contains "RFI-16-00357, DHA/SDD, Capacity Services Program Management Support" in the subject line. 1.0 Purpose of this RFI This Request for Information (RFI) is being issued by Defense Health Agency (DHA) Contract Operations Division - Falls Church (COD-FC) to conduct market research on the industry's capabilities to perform engineering services and to solicit capability responses from interested small businesses. Only Small Businesses NAICS 541519- OTHER COMPUTER RELATED SERVICES are eligible to respond to this Notice and the RFQ that follows this Notice. This RFI is seeking written responses with information to help identify potential sources that are interested in and capable of performing the work described herein. This RFI/SS requests responses from qualified small businesses. 2.0 Background The Defense Health Agency (DHA) Solution Delivery Division (SDD) is currently hosted at Defense Information Systems Agency (DISA) Defense Enterprise Computing Center (DECC) San Antonio, TX (SATX) and DISA DECC Oklahoma City, OK (OKC) utilizing customer-owned equipment and DISA Capacity Services (CS) equipment. The remaining SDD customer-owned hardware is in need of hardware refresh. Simultaneously, the DISA hosting model change precludes customer-owned hardware in most cases. The new DISA model is DISA Capacity Services (CS), which is a form of Infrastructure as a Service (IaaS). Under this model, DISA will provide, manage, and administer the hardware and operating environments, and SDD will continue to contract with other contractors to provide application and database support. In an effort to increase Information Technology (IT) efficiencies, lower risk and increase the probability of success with the computing platform, Solution Delivery Division (SDD) has decided to migrate DISA-located systems from a "customer-owned hardware" hosting model to a "capacity services" hosting model. The result will be a virtual computing platform in a modified IaaS virtual environment suited for SDD that will support SDD business requirements, ease operational challenges and achieve the highest efficiencies possible in IT operating environments given budgetary constraints. The objective of this Request for Information (RFI) is to seek qualified small business for technical support services in the area of program and engineering support for the ongoing migration of the SDD systems and applications from the existing operating environments and hardware to the DISA provided operating environments and hardware. Additionally, SDD is seeking to standardize and consolidate redundant IT Services and implement a High-Availability (HA) architecture as part of this initiative to increase application availability and enable contingency operations plans. This tasking aligns to the SDD Chief Technology Officer (CTO). Due to the criticality and wide variety of IT projects, the qualified small business must possess and demonstrate the ability to provide knowledgeable and experienced technical resources to support multiple concurrent projects. 3.0 Scope The required services include IT and program management support for all SDD applications and products across all SDD projects and activities in compliance with all associated SDD policies, processes, and procedures. The Contractor shall provide planning, technical coordination, and operations support prior to, during, and after the efficient and successful migration of all SDD systems to DISA CS. The contractor will not physically perform the actual hardware, network, and operating system related migration tasks. DISA will perform all the hardware, network, and operating system related tasks. Prior to, during, and after migration, the Contractor shall also support all related system lifecycle activities and documentation that will be required as a result of the significant architecture and design changes the migration will cause. 4.0 How to Respond Submission Information: All potential small business sources with the capability to provide the requirements referenced in this RFI are invited to submit a written capability statement. To be considered complete and responsive to this RFI, the capability statement must demonstrate the responder's ability to: fulfill the requirements; it must follow the format; and be responsive to each of the objectives and tasks as indicated below. Format: 1. A Cover Sheet which includes a. RFI Title b. Vendor Company Name and address c. Point of Contact (POC) d. POC E-Mail address e. POC Phone Number f. Vendor DUNS Number g. Vendor CAGE Code h. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Woman-Owned Small Business), the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners, if applicable. i. List of all North American Industry Classification System (NAICS) codes as identified in the vendor's Online Representations and Certifications Applications (System for Award Management-SAM) j. If applicable, vendor's GSA and relevant SIN or other available Government-wide contract vehicle (GWAC) that is within the scope of this requirement. 2. Technical Capability Statement which indicates and briefly demonstrates the responder's ability to meet each of the objectives and tasks of the Government's requirements. Please indicate any past performance the responder possesses. Requirements/Objectives: 1. Have demonstrated capability in managing large Integrated Master Schedules (IMS) exceeding 20,000 tasks and possess previous experience producing automated leadership dashboards involving multiple contractors and stakeholders. 2. Have demonstrated capability in tracking issues and problem resolution as well as associating issues to schedule variances and management reports. 3. Have demonstrated capability in implementing processes to support infrastructure changes that include coordination with DISA and other key stakeholders such as other DHA Divisions responsible for IT infrastructure services. 4. Have demonstrated capability adhering to management, technical processes and procedures. 5. Have demonstrated capability working with the DISA Development and Business Center and the Implementation and Sustainment Center including submission of requirements using DHA processes through managing approved requirements in implementation. The Government requests Offerors to briefly demonstrate their ability to meet the following technical requirements in a Prime Capacity: 1. SDD applications consist of wide-variety of COTS technologies that include web-based, application tier, and database tier components. Based on this, provide an explanation as to how SDD applications shall be implemented within the DoD DeMilitarized Zone DMZ architecture in the SDD Capacity Services environment, how segregation of component tiers is implemented, and the impact to DoD network boundary crossings such that SDD is compliant with DoD DMZ policies and guidance? 2. Since a critical objective of the migration is to provide a high-availability (HA) solution for SDD applications migrating to Capacity Services, provide an explanation of how the supporting infrastructure and system architecture would be designed to support both local failover and remote failover capabilities to support mission-essential DHA medical applications in SDD's Capacity Service environment? 3. Within SDD's Capacity Services infrastructure implementation, all environments necessary to support the full Software Development Life-Cycle (SDLC) are being implemented. Provide an explanation of the distinct environments and the infrastructure services that would be required to support SDD's information systems which provide back-office support to Service medical command business operations? 4. Since the DHA Infrastructure & Operations Division provides infrastructure to transport DoD medical information, provide an explanation of what infrastructure is required and DoD network bandwidth requirements would be designed based on SDD's information system requirements? 5. Provide an explanation of the strategy that would be utilized to implement a phased approach would be utilized to implement Contingency Plans (CP) compliant with NIST RMF and DoD requirements? 6. Since several of SDD's applications contain sensitive data (i.e., - PII, PHI), continuous monitoring designed to collect, store, and retain in accordance with DoD policies is essential to SDD's Capacity Services implementation. Explain the approach to implementing a continuous monitoring solution designed to support SDD's requirements as an enterprise service could be implemented? 7. As part of providing an alternate-site to support Disaster Recovery (DR) requirements, what replication technologies and solutions would be required to support SDD information systems operating within Capacity Services and how would networking to support replication be designed? 8. Based on SDD's information systems migrating to Capacity Services, provide an explanation of how infrastructure capacity planning should be implemented to ensure that future growth including support for new applications should be designed? 9. What approach should be taken including specific measures could be taken to standardize architecture, platform, software component installation, and configuration for information systems migrating to Capacity Services? 10. Provide a description of the infrastructure software and services that could be employed by SDD to support SDD information systems and to consolidate redundant components based on the SDD applications migrating into Capacity Services? 11. Explain the steps, planning, and detailed considerations necessary to migrate several distinct applications operating in a heterogeneous multi-Operating System environment to a standardized OS environment in an operating in a virtual framework where possible? 12. As SDD will have systems both within the Customer-Owned environment and the Capacity Services environment, provide the approach, methods, and tasks planned to support both environments simultaneously through transition, until the system has successfully migrated from the Customer-Owned environment to Capacity Services, within the migration timeline. 13. SDD is undergoing preparations to formulate the Disaster Recover Plans (DRP) for all SDD Automated Information Systems (AIS), several phases shall be comprised to encompass the SDD DRP. Provide and explain the approach, methods, and tasks for an executable, detailed DRP to include both partial and full recovery of SDD AIS function for each SDD AIS, within each SDD AIS specific objectives.   Additional Information: This RFI is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. All capability statements and information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. An electronic acknowledgement of the Vendor's RFI response submission will be provided. If you do not receive an acknowledgement within one work day, please notify the acquisition point of contacts listed in this RFI to ensure successful delivery.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cd1f21e149c95df5c8ade8d02d4fde20)
- Place of Performance
- Address: 7700 Arlington Blvd., Falls Church, Virginia, United States
- Record
- SN04035566-W 20160303/160301234758-cd1f21e149c95df5c8ade8d02d4fde20 (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 |