Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2024 SAM #8082
SOURCES SOUGHT

D -- Archiving Storage Solution

Notice Date
1/11/2024 7:07:09 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
PR-20143646
 
Response Due
2/1/2024 12:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Denise V. Thompson, Rick A. Travis
 
E-Mail Address
denise.v.thompson@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov
(denise.v.thompson@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov)
 
Description
1.0 Background and Requirement Customs and Border Protection (CBP) is currently running SAP ECC 6.0 on an Oracle 19c database with over six (6) terabytes� of compressed data. Two (2) terabytes of the space are comprised of attachments stored in the SAP SOFFCONT1 table.� For space savings and regulatory compliance purposes CBP would like to migrate all the attachments to an archive storage system to reclaim the space occupied and have users store new attachments in the archive vs. the SOFFCONT1 table. CBP is currently archiving some custom and technical data to the filesystem and planning an initiative to archive functional data via standard SAP processes and functionality. The goal is to compliantly store and manage the functional data to an archive storage system with retention management capabilities. CBP has data and documents in the ECC system that date back to 2004.� On the horizon, CBP is looking to migrate from ECC to S/4 HANA. 2.0 Requested Information The requested information is sought to support the Independent Government Cost Estimate (IGCE), implementation timelines, and to identify available Archiving Storage Solution providers to promote a robust competition. Interested businesses are required to provide answers to the following questions: What backend storage types/mediums do you support? On Prem, Cloud based object stores (Amazon S3), etc. What are the advantages & disadvantages of each? Cost, Performance, Overhead, maintenance, etc. Does your solution offer further compression of data and documents stored? Can you describe the type of encryption utilized? Can you describe your products Middleware server requirements? Is your product/solution S/4 HANA & Archivelink Certified? Does your product comply with federal regulations (e.g., NARA � National Archives and Records Administration) for data retention and archiving? Do you have a specific solution to handle migration of a large # of attachments/documents? Please describe in detail. Do you offer consulting services to support Installation & Migration? Please list typical timeframes and high-level tasks. Do you offer training on Installation & Maintenance of your software & hardware components? What SAP ILM-like or retention management functionality do you offer in your solution portfolio? File/Document retention/locking, Automatic Deletion, Masking, Holds, etc. Can you list additional capabilities that you offer surrounding SAP Data and Document Archiving? Data/Document Retrieval (Native SAP, Web-Based, etc.), search mechanisms, document viewers, scheduling/automation of Archiving jobs, etc. Can you provide a high-level listing w/ a brief description of other solutions (SAP and Non-SAP) that you offer? ECM, Legacy decommissioning, etc. How is your software operated: installed on-premises or only offered Software as a Service (SAAS)?� If SAAS only is your software FedRamped? What is the pricing model for your solution?� Is it based on usage, storage, or any other metrics?� What licensing options are available to US federal agencies? What are your Future Roadmap and Innovation of your solution.� Can you describe any future enhancements or features that are planned? Do you currently have US Federal Customers?� If so, can you share which customers have implemented your archiving software with SAP? 3.0 Submission Details: Interested business shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11-inch pages, font no smaller than 12-point, 1.5 line spaced) demonstrating their ability to perform the services described herein; Documentation should be in bullet point format. The capability statement package shall be sent by email to denise.v.thompson@cbp.dhs.gov. Submissions must be received by the email address cited no later than 3:00 p.m. Eastern Standard Time on 01 February 2024. Questions or comments regarding this notice may be addressed to the Contract Specialist, Denise V. Thompson at the above email address. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. 4.0 Summary This RFI is only intended for the Government to identify sources that can provide quality Archiving Storage Solution to DHS in a timely manner. The intent is to allow potential offerors the opportunity to provide insight into factors that may impact the acquisition of the required Archiving Storage Solution so that the Government can make educated cost/benefit decisions to open competition. If the Government can identify early in the acquisition process the means in which to open competition prior to any official RFP, there could be cost, quality, and/or time savings or improvements in the final solicitation package. 5.0 Disclaimers This RFI is issued solely for information and planning purposes � it does not constitute as 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, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The RFI participants 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, if any is issued. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements 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. RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the contract planning process. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9bb5e58916c64b0aaaaf6397d0a748d2/view)
 
Place of Performance
Address: Indianapolis, IN 46278, USA
Zip Code: 46278
Country: USA
 
Record
SN06934046-F 20240113/240111230056 (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.