Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2022 SAM #7632
SOURCES SOUGHT

99 -- Salesforce Licenses RFI

Notice Date
10/21/2022 5:41:36 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
FA701423SF21OCT2022
 
Response Due
11/8/2022 11:00:00 AM
 
Point of Contact
1st Lt. Richard Snyder, Mellisa Sistare
 
E-Mail Address
richard.snyder.12@us.af.mil, mellisa.sistare.ctr@us.af.mil
(richard.snyder.12@us.af.mil, mellisa.sistare.ctr@us.af.mil)
 
Description
Purpose THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This United States Air Force A1 RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, A1 is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the 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. Not responding to this RFI does not preclude participation in any future RFP that may be issued. Objectives One objective of this RFI is to identify potential vendors (large, small, and socioeconomic concerns) who have the experience and capabilities to successfully perform this work and provide the requested Salesforce and other licenses. Details pertaining to the entire scope of work are contained in the attached Draft Performance Work Statement (PWS). Additionally, please provide whether you are a direct authorized distributor of Salesforce or a reseller to a distributor. If you are a reseller to a distributor please describe in your response the value added as a reseller, i.e. additional support or bulk discounts. Finally, please describe the flow of communication going from your company up to Salesforce. A second objective is to engage industry to identify risks and opportunities, provide recommendations and other insights as it pertains to the acquisition and the work contemplated in the PWS. The third objective is to identify potential alternatives to Salesforce licenses that is equal to the capabilities of Salesforce licenses and can meet the below salient characteristics: -Software as a Service (SaaS) platform -Ability to support up to 750,000 users -Ability to quickly and directly access the platform through a web browser (no software to download or hardware to install) - Impact Level (IL) 4 Provisional Authorization (PA) and Cloud Authority to Connect (CATC) issued by DISA -Active connection to the DISA Boundary Cloud Access Point (BCAP) and the ability to operate on NIPRNet -Approved for use on the Air Force Network (AFNET) -SaaS (Software as a Service) Model FedRAMP Moderate and High Authority to Operate (ATO). Also require Rapid ATO strategy based on red team penetration testing -Platform must adhere to DoD Cloud Computing Cyber Security Requirements, including the DoD Cloud Computing Security Requirements Guide (CC SRG) and Secure Cloud Computing Architecture (SCCA) -Supports PII (Personally Identifiable Information) High and PHI (Personal Health Information) High with a High Privacy Security Control Overlay -Supports .mil (military) domains and has the ability to utilize DoD IP (internet protocol) -Integrates with the DoD Enterprise Email Security Gateway (EEMSG), in accordance with CYBERCOM TASKORD 12-0920 -Multi-tenant, cloud-hosted development platform -Low-code development and configuration and the ability to seamlessly deliver all platform capabilities in a single mobile application without custom code (no additional mobile development required) -Mobile readiness (integrated, out-of-the-box mobile capability) -Automatic upgrades -Availability of multiple sandboxes that allow customer organizations to configure solutions without requiring assistance or support -Common, free training and education on the platform so Airmen can support and configure without expensive support personnel or courses -Instant access to applications from all devices (laptops, phones, tablets, iOS & Android) -Automated workflows -Automated support and help desk capabilities -Seamless data interface(s) integration to internal, external and legacy systems -Ability to integrate flawlessly with third-party integrations (including, but not limited to: Flosum, Checkmarx, S-Docs, Mulesoft, DocuSign, Tricentis and Skuid). -On-demand technical support for questions, issues or assistance (at minimum, staffed 24/5) -All user data encrypted at rest and in-transit -Customer data is backed up daily and retained for 60 days, minimum -Ability for customers to configure password policies and administrative implementation of MFA (multi-factor authentication) -Ability to use CAC-based authentication through Single-Sign-On (SSO) or a third party identity provider (including but not limited to Okta, AF/A1's current solution) The fourth objective is to gather industry�s opinion on the type of contract that would be best suited for this requirement. Specifically, would it be feasible or practical to establish an IDIQ contract or BPA and issue out task/call orders based on user needs of specific licenses? Are there any challenges or risks with this contract type? Additionally, if an RFP is subsequently issued, the Government anticipates a compressed response cycle; therefore, this RFI will provide advanced delivery of the attached Draft PWS, which should allow qualified vendors the necessary time to consider a potential RFP response/proposal and to build necessary teaming relationships. Background The Air Force A1, Plans & Integration Directorate for Manpower, Personnel & Services, supports the entire Air Force Human Resource Management (HRM) portfolio, providing personnel services for Total Force. As part of the Talent Management Digital Transformation (TMDT) effort, A1 is working to modernize legacy IT (Information Technology) systems and the upgrade overall AF/A1 portfolio. Customer Relationship Management (CRM) is being utilized to support the transformation of several talent management systems, as it provides necessary capabilities required to support business processes and requirements for the future. Analysis conducted on legacy platforms identified risks specifically involving cyber security, cloud efficiency and mobile functionality. The utilization of a new cloud platform, Salesforce, a leading CRM, will deliver Airmen a much-needed modernized and secure experience. The Contractor shall provide all software licenses and services as required in the attached draft Performance Work Statement. The applicable NAICS code for this effort is 541519 Other Computer Related Services. Instructions and Response Guidelines Interested parties are requested to respond to this RFI with a capability statement in support of the sections above and below. Section 1 � Administrative Information Provide administrative information including the following as a minimum: Name, mailing address, phone number, and e-mail of designated point of contact. Identify the respondent�s CAGE code and UEI number. Proprietary information must be clearly marked as such. Small Business/Socio-Economic status of respondent, if any, (i.e. small business, small disadvantaged business, 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, and economically-disadvantaged women-owned small business). Section 2 � Statements and Questions for the Vendor The Government seeks feedback and comments on the attached Draft PWS in general, with specific interest in written comments/feedback on the following considerations/sections: Based on industry experience with similar contracts, are the required tasks and performance objectives consistent with this type of effort or are there additional requirements the Government could include to ensure optimal performance of the contract? Identify any areas where interested parties believe a potential risk exists or will present itself by fulfilling the terms of the PWS (e.g., identification of any deficiencies or false assumptions in the PWS) Is there any area within the PWS where interested parties believe the Government could improve the stated requirements in a clear and unambiguous manner? If so, please identify them and provide recommended language. What contract vehicle, contract type, and would you recommend for this effort? Would it be feasible or practical establish an IDIQ contract or BPA and issue out task/call orders based on user needs of specific licenses? Are there any challenges or risks with this contract type? Is there another NAICS Code that you think would be best suited for this effort? If so, please identify the NAICS and why you deem it more appropriate. Section 3 � Capability Approach Interested parties are requested to provide your capabilities detailing how you will be able to meet all the requirements outlined in the PWS based upon your experience performing under similar efforts. Address all areas in Section 2 as they are identified in the PWS. Identify your capabilities to fulfilling the requirements in the PWS. Include examples of relevant experience (i.e., customer, period of performance, contract type, contract value, description of work performed relevant to the PWS). Describe any teaming agreements that will allow you to successfully perform the requirements as outlined in the PWS. If you intend to use joint venturing (JV), partnering or consortiums to meet the requirements areas contained herein, provide information on how you would envision your company's areas of expertise and those of any proposed JV/partnering/consortium would be combined to meet the specific requirements contained in this PWS. *Interested parties are advised to examine this RFI and the supplemental documents in the attachments in their entirety to ensure its response provides all information requested. Interested parties are cautioned that merely re-stating the requirements with a statement of intent to perform DOES NOT reflect an understanding of the requirements or capability to perform. Statements such as �the Offeror understands� and �the Offeror has a long history of outstanding support� along with responses that paraphrase the Request for Information and supplemental documents will be considered as insufficient information to support a firm�s capability. Phrases such as �standard procedures shall be employed� or �well known techniques will be utilized� will also not be considered sufficient. Capability statements should be submitted in Microsoft Word compatible format and are due no later than Tuesday, 8 November 2022, 2:00pm EDT. Government 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. Capability statements should be submitted via email to 1Lt Richard Snyder at richard.snyder.12@us.af.mil and Mellissa Sistare at mellisa.sistare.ctr@us.af.mil. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The information provided in the RFI is subject to change and is not binding on the Government. A1 has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. List of Attachments # Attachment Title 1. Draft Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ad1cb18e9df4bd8b6d30f52d6084a40/view)
 
Place of Performance
Address: Washington, DC 20310, USA
Zip Code: 20310
Country: USA
 
Record
SN06500551-F 20221023/221021230114 (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.