Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

70 -- Back-up Capabilities - RFI

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-BackupCap
 
Archive Date
1/20/2017
 
Point of Contact
Jason Punkiewicz, Phone: 3092822176
 
E-Mail Address
jason.p.punkiewicz.civ@mail.mil
(jason.p.punkiewicz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 0001 - Capability Requirements Request for Information Request for Information (RFI) Title of Requirement: Army Enterprise's Storage and Back-up Capabilities NAICS Code: 511210 Software Publishers *If you have any suggestions on an alternate NAICS code, please submit it with your response. Place of Performance: The work to be performed under this contract will be performed at various CONUS and OCONUS locations as mission requirements dictate. Contracting Office: Army Contracting Command - Rock Island 1. Purpose of RFI: The Army Contracting Command - Rock Island is seeking information on what is required for an interested contractor to efficiently restructure the Army Enterprise's Storage and Back-up capabilities for classified and non-classified information. The Army Enterprise has been utilizing its current Back Up and Storage capabilities for over 15 years. Specifically, Army is looking to replace/cover/upgrade over 550K licenses embedded in the current infrastructure to align with current technologies. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The purpose of this RFI is to invite all interested contractors to submit a written response to this RFI for the purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This RFI is issued solely for information and planning purposes and does not serve to bind the U.S. Government in any way. Interested contractors are cautioned that this RFI is for information and planning purposes only, and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. At this time, the USG is not seeking proposals and will not accept unsolicited proposals. Note: the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. The U.S. Government is not obligated to respond to submissions in response to this RFI. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2. Background: The Army Enterprise current infrastructure includes: 1. Restore virtual machines, applications, databases, file/folders or granular objects from a single pass backup in seconds. Provide data protection and disaster recovery designed for physical and virtual environments in a single unified solution. Protect Request for Information (RFI) an unlimited number of virtual machines per host, minimizing downtime and data loss with rapid recovery. 2. Heterogeneous storage management, DR/HA. Online storage management support for all major hardware/OS platforms. 3. Information Archiving to store, manage and discover critical business information. Ability to search Electronically-Stored Information (ESI) across the enterprise. 4. Enterprise backup/archiving solution. Provide support to thousands of servers, all major hardware vendors/OS platforms, all major database vendors with remote office backup and off-site archiving features. 3. Instruction to Interested Parties All Interested Parties possessing the capabilities to satisfy this requirement should submit a capabilities statement demonstrating its current capabilities for providing the capabilities listed in Attachment 0001 - Capabilities Requirements. Responses shall include: a. Vendor information: - Name, mailing address, phone number, fax number, and e-mail of designated point of contact. - Business type (small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran- owned small business) based upon the above NAICS Code. - Cage Code b. Answers to the Questions below. 1. Technical: a. How does your firm administer training Credits? b. How long will it take to upgrade/migrate Army's current infrastructure? c. How are your products tracked? d. What is the process for renewing maintenance? e. Is your firm's solution subscription based or perpetual? Administrative: a. Does your firm possess a Secret Facility Clearance? b. Is your firm's solution available through existing contract vehicles? If so, please provide a condensed list of available vehicles c. Does your firm have any Alternate NAICS codes for consideration? 4. Submission Format All documents shall be submitted electronically in Microsoft Excel, Microsoft Word or PDF format. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED to aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Submissions shall be submitted in 12 Point, Times New Roman font, single spaced, with 8.5" x 11" page layout. The only exceptions to this layout requirement are charts, tables, etc. 5. Due Date and Time. All capability statements and supporting documentation sent in response to the RFI must be submitted electronically via email to Jason Punkiewicz at jason.p.punkiewicz.civ@mail.mil and Kait Rasdon at kaitlin.h.rasdon.civ@mail.mil no later than 1400 US CST on 5 January 2017. This RFI is being sought strictly for the purpose of gaining knowledge of available services and solutions and should not be construed as intent, commitment, or promise to acquire such services or solutions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82d817c8d58b5b670e0fa91ea8bd658f)
 
Record
SN04359444-W 20161224/161222235300-82d817c8d58b5b670e0fa91ea8bd658f (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 |
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.