Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SOURCES SOUGHT

99 -- Request for Information (RFI) for The Office of the Chief Information Officer, Department of Treasury Cloud Service Provider (CSP) Workplace Community Cloud (WC2) requirement.

Notice Date
6/12/2020 8:04:17 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
5000087232_RFI
 
Response Due
3/30/2020 9:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
Travis T Kelson, Phone: 240-613-6374, Stephanie Barfield, Phone: 202-317-3205
 
E-Mail Address
travis.t.kelson@irs.gov, stephanie.barfield@irs.gov
(travis.t.kelson@irs.gov, stephanie.barfield@irs.gov)
 
Description
** This source sought announcement is issued for the purposes prescribed in the Federal Acquisition Regulations (FAR) Part 10 ""Market Research� and is for informational and acquisition planning purposes only. This announcement is not a request for quote (RFQ)/request for proposal (RFP) and a formal solicitation is not available at this time. �If a formal RFQ/RFP is released, its contents may differ from the information contained in this announcement. �This announcement does not constitute a commitment by the government to issue an RFQ/RFP, contract, or order. The government will not pay for any effort expended or any material provided in response to this announcement, nor will the government return any data provided. The government may also use information received to better define their requirements. ** � This is a Request for Information (RFI) for The Office of the Chief Information Officer, Department of Treasury Cloud Service Provider (CSP) Workplace Community Cloud (WC2) requirement. The scope of this requirement is described in the attached Statement of Objectives (SOO) entitled �Department of Treasury Cloud Service Provider (CSP) Workplace Community Cloud (WC2) Requirements Description�.�� This requirement: will use commercial terms and conditions (FAR Part 12) is intended to be Firm-Fixed Price (FFP) has an expected period of performance of a five-month base period, four one-year options, and one six-month option using the authority of 52.217-8 has an expected start date on/around December 2020 requires services at the moderate and high-risk impact levels will be an enterprise offering for Amazon Web Services in support of a cloud shared services program called the Workplace Community Cloud (WC2), utilized across the Department of the Treasury (Departments, Bureaus, and Offices) currently has 28 separate accounts in AWS representing 5 Treasury Bureaus and Offices, who have built solutions using WC2 AWS cloud services that include, but are not limited to; Amazon DynamoDB, Redshift, Elastic Compute Cloud, Elastic MapReduce, Kinesis, Relational Database Service, Simple Notification Service, Simple Queue Service, Simple Storage Service, CloudWatch, CloudTrail, Lambda, and API Gateway � Interested parties should respond to this announcement by providing the information/answering the following questions, in addition to providing a brief description of their company and its capabilities as they relate to the requirements set forth in this announcement.� Reponses are requested to be no more than 20 pages. �Results of this RFI may inform the selection of the acquisition approach, and as such, interested parties are encouraged to ask questions and are requested to fully answer the questions posed. Company name, CAGE code, and address.� Point of Contact (POC) name, telephone number, and e-mail address.� Company size, as defined by the Small Business Administration (SBA) under NAICS code 541519. Existing contract vehicles currently held by the company that could be used to procure the necessary services. The CSPs for which the company is recognized as an authorized reseller. State whether the company is an AWS Advanced or AWS Premier level in the AWS Partner Network. For what services model(s) and what impact level(s) is the company Federal Risk and Authorization Management Program (FEDRAMP) authorized (interested parties may desire to provide a table to answer this question)? Past experience providing the required services Period of performance Total value Customer� The ability to resell capabilities in all AWS classified and unclassified regions. Referencing the table in section 4 of the SOO, what deliverables would you recommend Treasury consider to facilitate transparency, cost optimization, and enhanced performance? Are there other performance objectives recommended beyond those listed in the SOO? Provide comment and recommendations for how Treasury might enhance the SOO to ensure the objectives for an enterprise solution are achievable. Comment on the possibility of using a sliding step-ladder approach to price the described services.� For example, pricing for services within a range would be billed at one price regardless of actual usage within that range, and usage could potentially slide from one range to another from month to month (or between billing cycles).� How would your company establish those ranges (e.g. structure and range parameters)? Comment on the possibility of using a �budget billing� model, as used for electricity, whereby usage is averaged based upon the previous contract period and is monitored and reconciled at the end of each subsequent period.� For example, after the end of base period a monthly charge is established.� The subsequent contract period would then be billed at that average rate regardless of actual usage and monitored throughout performance to prepare for any eventual adjustments.� Adjustments would be executed quarterly or as mutually agreed, and there would be an established NTE value. Comment on the possibility of using a model where $1 of AWS spend equates to one unit of AWS service consumption for all products and services available from AWS (each product and service will have an established unit price at the contract level), to allow for maximum scalability and flexibility during performance.� Would your company charge any administrative fees to manage this contract with Treasury in support of the WC2 program (i.e., fees to execute orders for AWS products and services), if so, please identify/list those charges and explain the value-added for Treasury for those fees. �Is your company capable of offering cloud services from Microsoft Azure in addition to the requirement for AWS and the brand name software noted in Attachment 1 to the SOO? Comment on whether Azure resellers can transfer accounts from a Microsoft enterprise license agreement. What mechanisms does your company utilize for communicating service (AWS, Azure) disruptions to your customers? Any other relevant information that could be used to assist the government in developing its acquisition strategy. Would your company submit a proposal in response to an RFQ/RFP issued for this requirement as currently written?� Explain why or why not (please be specific). � Responses to this announcement are requested by 12pm (noon) 30 March 2020.� Information submitted in response to this RFI should be sent via email to Travis Kelson at Travis.T.Kelson@irs.gov with a subject of �(insert company name) _Treasury CSP WC2 RFI Response�. ��Any questions related to this RFI can be sent to the above email address prior to 19 March.� NOTE 1:� No telephone inquiries will be accepted. The government does not commit to providing a response to any comment or questions. No basis for a claim against the government shall arise as a result of this announcement. � NOTE 2:� Future information, if any, will be posted at the website for Beta SAM, https://beta.sam.gov/, the same site where this announcement is posted. ** This source sought announcement is issued for the purposes prescribed in the Federal Acquisition Regulations (FAR) Part 10 ""Market Research� and is for informational and acquisition planning purposes only. This announcement is not a request for quote (RFQ)/request for proposal (RFP) and a formal solicitation is not available at this time. �If a formal RFQ/RFP is released, its contents may differ from the information contained in this announcement.� This announcement does not constitute a commitment by the government to issue an RFQ/RFP, contract, or order. The government will not pay for any effort expended or any material provided in response to this announcement, nor will the government return any data provided. The government may also use information received to better define their requirements. **
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d519cbdd2efd4b01a67da885a6594505/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05689237-F 20200614/200612230153 (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 |
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.