MODIFICATION
D -- ECO System Storage Support
- Notice Date
- 8/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- 831812225
- Archive Date
- 3/21/2018
- Point of Contact
- Grant Greer, Phone: 6182299541
- E-Mail Address
-
Grant.m.greer.civ@mail.mil
(Grant.m.greer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for ECO System Storage Support, CSS ID: 831812225. CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO)/PL8311 2300 East Drive, Bldg. 3600 Scott Air Force Base, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The DISA Infrastructure Line of Business (LOB) is seeking information for potential sources to deliver storage, virtualization, change and configuration capabilities in support of DISA datacenters and its mission partners. This includes providing design and sustainment of storage, managing all configurations items in the authoritative systems, providing change management for all computing needs and operating the enterprise virtualization infrastructure. Sources will be required to use existing systems to perform problem, change and tracking management functions. Follow incident reporting and escalation processes. Participate in disaster recovery and Continuity of Operations Planning (COOP) exercise, interact with network storage, server infrastructure and other enterprise service support teams. As well as provide technical briefs and attend technical meeting as requested. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This is a new requirement. REQUIRED CAPABILITIES: The Infrastructure LOB team supports an extremely broad yet technically detailed focus area. Our mission is to support our customers in using existing and emerging storage capabilities, therefore customer support and outreach are our top priorities. Occasionally, the Infrastructure LOB must evaluate hardware or software products interaction with infrastructure components. Describe your experience in the following configuration and management skills: a) Describe your experience in Storage Configuration and Management for private industry and government agencies. Describe your experience in configuration and management of disk and backup storage environments. b) Describe your experience in Storage Monitoring, Reporting and Analysis. Describe your experience supporting others in monitoring, reporting as well as analysis of the storage in addition to backup environments along with providing advance direction and guidance in support of all Storage Configuration and Management, Monitoring, Reporting as well as Analysis. c) Describe your experience in monitoring, reporting along with analysis of storage and backup environments to include: providing capacity planning reports, monitoring hardware status, opening tickets, troubleshooting/resolving issues, monitoring operations along with status, and analysis of allocated capacity. d) Describe your experience providing Storage Architecture Support tasks to include: design solutions using Storage Area Network Fiber Channel Switchers, Network Attached Storage devices, Storage Tape Devices, Cloud Storage Hardware, Enterprise Backup Solutions, and Enterprise journaling solutions. e) Describe your experience providing Storage Tuning to include: use of standard monitoring tools to detect errors and performance issues, recommending along with implementing corrective actions and assisting with evaluating operational systems, databases and applications to provide tuning guidance to maximize storage and backup performance. SPECIAL REQUIREMENTS Must have Top Secret/SCI clearance and IT-1 Access personnel and facility clearances. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541513, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), GSA MOBIS, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Capability statement in response to the ‘required capabilities' outlined above. 7) The respondent shall use the Sources Sought title for the title and CSS ID number in the Subject of all emails submissions. In addition, the submission shall be in 12-point type with at least one-inch margins on 8 1/2" X 11" page size (all-inclusive with the exception of the title page and table of contents). Vendors who wish to respond to this sources sought should send responses, via email, NLT March 7, 2018 at 4:00 PM Eastern Daylight Time (EDT) to Grant Greer at Grant.M.Greer.civ@mail.mil Interested businesses should submit a brief capabilities statement package (no more than 5 pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information, as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Contract Vehicle: the GSA IT Schedule 70, Special Item Number 132 51 North American Industry Classification System (NAICS): 541513 Identification of small business set-aside: 100% Small Business Set-aside Projected time frame for Request for Proposal: The week of August 20th
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831812225/listing.html)
- Record
- SN05029462-W 20180811/180809231313-ad75c7a148cbdcffaee29d9370e45a5a (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 |