Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2020 SAM #6965
SOURCES SOUGHT

99 -- Request for Information (RFI ) for Cloud Management Portal (CMP) Products to support private and commercial cloud hosting providers.

Notice Date
12/22/2020 1:19:05 PM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
AOUSC-PROCUREMENT MANAGEMENT DIV WASHINGTON DC 20002 USA
 
ZIP Code
20002
 
Solicitation Number
CLD21005
 
Response Due
1/15/2021 10:00:00 AM
 
Archive Date
12/15/2021
 
Point of Contact
Kurtina Edwards, Phone: 202-502-1462
 
E-Mail Address
Kurtina_Edwards@ao.uscourts.gov
(Kurtina_Edwards@ao.uscourts.gov)
 
Description
Purpose The purpose of this Request for Information (RFI) is to identify Cloud Management Portal products which will support both private and commercial cloud hosting providers. This RFI will determine what products are available in the marketplace that can meet the Administrative Office of the U.S. Courts (AOUSC) requirements to allow interoperability between Cisco video endpoints and Microsoft Teams. �Please see the MS Excel Spreadsheet (Attachment 1) for a list of required salient characteristics.� This RFI is part of the market research process and is not a solicitation. Background The requirement is not to procure a Cloud Management Portal (CMP).� The Judiciary currently owns a CMP (vRealize Automation - vRA) which is in use by all court units, and program offices consuming the AO-Hosted Cloud and View service. This requirement is to extend that product for use in the management of commercial cloud providers in addition to the private internet data centers (IDCs) already under management. Questions for Response: If you believe your product can meet all of the requirements in Attachment 1, please respond to the following questions: 1.��� Is your product currently in use with enterprise public sector (FedRAMP) customers running in production (not lab/test or evaluation)? 2.�� �Is there a KPI/SLA based support model that will allow for Tier I-III to include access to engineering��� and development resources 24x7x365? 3.��� Will this product support a service provider environment where a single implementation of the Cloud Management Portal (CMP) will be used to support ~350 subscribers providing isolation? 4.��� Will this product support an environment where ~350 subscribers will each require role-based access to features and functions of the CMP where that level of access is managed centrally? 5.� Explain how this product will function in an environment with ~100 active directory domains, where non-transitive two-way trusts may or may not exist between subscribers and CMP.6. �Explain how this product will integrate with our existing vCenters and NSX environments by providing: 6.� Provide additional information on how the proposed solution is licensed and if your company sells or has resellers on various Federal IT Government Wide Acquisition Contracts or Federal Supply Schedules, such as NASA SEWP or GSA. Submission Instructions: 1. The �Technical description of the items being offered must be sufficiently detailed to demonstrate how the� product meets the mandatory requirement as outlined in the CMP Requirements Tab of Attachment 1. 2. Supporting documentation may include product literature, white paper(s), specification sheet(s), installation guide and/or admin guide, and any other relevant information needed to support the mandatory requirement. The contractor shall fill out the CMP Requirements Tab and respond to the Questions to industry Tab of Attachment 1. 3. The contractor RFI response is required to have cover page with a table of contents that identifies the requirements the response relates to and provide document titles and page number for each requirement. 4. The CMP Technical responses to the requirements shall not exceed 25 pages. 11pt. Times new Roman Font on 8�� x 11� standard paper, with 1� margins. This does not include the cover page or table of contents. 5. No Hyperlinks will be acknowledged or accepted. Responses are due by email before 1:00 pm ET on January 15, 2021 to the Contracting Officer (CO) and Contract Specialist listed.� Please include both on your email submission.� � Do not include any general marketing material. The AOUSC is not interested in general marketing information but rather specific information on what is currently available that is capable of meeting the requirements outlined in the Attachment 1.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b89f54d9bf2448a89ed607890f3d1067/view)
 
Place of Performance
Address: Washington, USA
Country: USA
 
Record
SN05880067-F 20201224/201223061201 (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.