SOURCES SOUGHT
99 -- Request for Information (RFI) IRM Strategic Sourcing Solution Information Technology Equipment
- Notice Date
- 5/27/2020 6:27:40 AM
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM20N0048
- Response Due
- 6/4/2020 7:00:00 AM
- Archive Date
- 06/19/2020
- Point of Contact
- Katherine White, Phone: 703.875.5854, Katherine Lugo, Phone: 202.803.3573
- E-Mail Address
-
WhiteKG@state.gov, Weakley-LugoKF@state.gov
(WhiteKG@state.gov, Weakley-LugoKF@state.gov)
- Description
- THIS IS NOT A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. The purpose of this notice is twofold: Identify U.S. small business concerns having an interest in and capability to provide information technology equipment in the form of hardware approved by IRM to support Department of State daily functions. Responses to this notice will be considered in selecting the acquisition strategy and to determine the appropriateness of setting aside requirement groupings within a BPA or IDIQ for any one of the small business programs described in Federal Acquisition Regulation (FAR) Part 19. Obtain industry feedback on the proposed acquisition strategy to include, but not limited to: contract ceiling, contract vehicles, composition, proposed number of awards, and existing contract vehicles that the Department may leverage to meet IRM requirements. All information contained in this notice is preliminary in nature and is subject to change. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB), or a commitment on the part of the government to conduct a solicitation in the future. All information provided is strictly voluntary and no reimbursement will be made by the Government for any costs associated with providing a response to this notice or otherwise participating in market research activities. Further, the US Department of State offers no assurance that a solicitation will result from this notice. Any information submitted will become the property of the Government and will not be returned. Proprietary information, if any, should be minimized and must be clearly marked. All responses shall use the Appendix B format when submitting responses. LIST OF ATTACHMENTS: Strategic Sourcing RFI IT Equipment Includes: Appendix A: Sample Requirements; Appendix B: Required Response Format Sample Requirements Checklist: Excel Spreadsheet BACKGROUND The Office of Information Resource Management�s (IRM) mission is to create an interconnected, secure, and informed Department through the prioritized, secure, and innovative application of IT resources. The vision of IRM is to drive necessary and effective operations and collaboration across the Department, its partners, and foreign audiences. �� Within IRM, the U.S. Department of State (DOS) Information Resource Management, Foreign Operations Directorate, Information Technology and Infrastructure Office, Global IT Modernization Division (IRM/FO/ITI/GITM) supports the President�s Management Agenda initiative of expanded electronic government by employing a common Information Technology (IT) that facilitates seamless sharing of information across agencies. GITM also supports the DOS� efforts for IT Consolidation and the IT Strategic Plan by providing centralized unclassified and classified desktops, servers, and core local area network (LAN) IT equipment through a standardized lifecycle refresh process. GITM�s customer base spans the globe. ��In this capacity, GITM serves as the backbone to many mission critical functions throughout the Department and seeks to create expansive solutions via IDIQs in conjunction with the Office of Acquisition Management (AQM) that support the long-term strategic plan and enable key day to day functions across all bureaus. GITM�s modernization of classified and unclassified systems protects the Department�s substantial investment in IT infrastructure by keeping the Department�s core IT infrastructure on a�regular�refresh cycle. GITM�s program provides centralized management of the IT infrastructure under a single Program Management Office (PMO), facilitates changes required to support the Department�s evolving business needs, and enhances the enterprise�s overall security posture.� This�ensures�that Department of State employees possess the latest hardware technology necessary to carry out the Department�s foreign policy mission and enables�collaboration with�other�U.S. Government agencies.� Currently, there are multiple repetitive hardware purchases made across the Department in support of mission critical functions that use various procurement methods ranging from Agency Catalogs to Department owned IDIQs.� DOS seeks to establish a series of overarching IDIQ contracts to support these needs. PROPOSED CONTRACT STRUCTURE The Department aims to establish multiple�contracts for Information Technology Equipment and Hardware. The cumulative program ceiling is expected to be approximately $5 billion for the 66-month effective period of the contracts (5-year base plus a 6-month option). Refer to Appendix A for a list of proposed sample requirements, associated NAICS codes and examples of task required. While we acknowledge there are multiple companies with generic capabilities, we are particularly interested in companies having said capabilities and experience in programs similar to IRM programs. REQUIREMENTS Hardware and Associated Software and Peripherals All hardware may include associated software and associated peripherals required for operations (such as controllers, connectors, cables, drivers, adapters, etc.) as provided by the Original Equipment Manufacturer (OEM). This is true only if the applicable OEM provides such items with the product itself. All products may require local installation, warranty, maintenance, and support in other countries. APPLICABLE FACTORS The government is considering the following factors in future solicitation �and will therefore weigh these factors when reviewing the RFI responses in the attachment titled: Sample Requirements Checklist unless otherwise noted. SUPPLY CHAIN RISK MANAGEMENT (SCRM) Vendors will identify as part of its RFI submissions, if available, any relevant SCRM related International Organization for Standardization (ISO) certifications (e.g. ISO 20243:2018, ISO 270001, ISO 28000).� MANUFACTURER AUTHORIZATION For the sample requirements found in Appendix A and the attachment Sample Requirements Checklist, vendors that are not the OEM will be required to provide manufacturer authorization for any items where there are established partnerships or reseller agreements in place to establish distribution channels upon request TRADE ACTS AGREEMENT (TAA) COMPLIANCE As prescribed in 48 C.F.R. �� 25.1101(c)(2) and FAR 52.225�6 TAA Compliance requires that the U.S. Government may acquire only �U.S. � made or designated country end products. This act requires that contractors must certify that each end product meets the applicable requirements. Vendors will confirm the % of the sample requirements they can fulfill deemed TAA compliant within the Sample Requirements Checklist. ��When filling out the spreadsheet indicate if you are able to provide that product or equivalent and the % of the items that are TAA compliant.� If it is not applicable you may put N/A. SECTION 508 COMPLIANCE Section 508 was enacted to eliminate barriers in information technology, to make available new opportunities for people with disabilities, and to encourage development of technologies that will help achieve these goals. Under Section 508 (29 U.S.C. � 794d), agencies must give employees with disabilities and members of the public access to information that is comparable to the access available to others. NON-MANUFACTURER RULE (NMR) For requirements where a manufacturing NAICS code has been assigned small business are reminded that, unless the SBA has granted a class waiver of the NMR for the particular product, the company will be required to be either the manufacturer of the products offered or qualify for the procurement as a �non-manufacturer.� In accordance with FAR 19.102(f), the applicable size standard for a �non-manufacturer� is 500 employees or less. DELIVERY GITM maintains specific shipping channels required for distribution to locations around the globe.� Timely delivery to GITM warehouses and designated delivery destinations is essential for ensuring there is no disruption to mission essential functions. Delivery of products will be to CONUS, OCONUS, and remote locations as specified.�� Vendors will provide average delivery timeframes for the list sample requirements in Appendix B, III, b. RESPONSE Prospective vendors interested in responding to this notice should submit information electronically to Weakley-LugoKF@state.gov and WhiteKG@state.gov no later than June 4th, ��2020 at 10:00 am EST. Responses must be submitted electronically, formatted in Microsoft Word or Microsoft Excel (any version). Word document margins must be 1� on all sides, to print on 8 �� x 11� paper. Typeface must be Times New Roman, 12 point font. The government will only consider responses submitted with both a fully completed Appendix B for the written submission and a completed excel spreadsheet of the Sample Requirements Checklist. �The Government will only consider complete responses and will not consider brochure style capabilities statements. Given the interest expected, the required format is required to facilitate with the efficient analysis of responses. Responses providing partial information may not be considered by the Government. Responses utilizing Appendix B should use the provided format and shall not exceed a 100 word limit per question.� Responses utilizing the Sample Requirements Checklist shall follow the Instructions for Response guidance within the attachment. Telephone inquiries will not be accepted nor acknowledged. Questions, if any, must be directed via email to Weakley-LugoKF@state.gov and WhiteKG@state.gov. Individual feedback or evaluations will be not be provided to companies regarding their submissions. The Government reserves the right to conduct one-on-one interviews with any of the respondents to this notice. Depending on the number of responses received one-on-one interviews may not be conducted with each respondent.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d08fbce02a44d4789b81dcdf06983c9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05672307-F 20200529/200527230201 (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 |