Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

D -- Infrastructure as a Managed Service (VA-20-00062767)

Notice Date
7/10/2020 7:48:10 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B20R0025
 
Response Due
7/24/2020 11:00:00 AM
 
Archive Date
10/31/2020
 
Point of Contact
Lauren.Sankar@va.gov, Jessica.Adamitis@va.gov, Phone: 732-440-9704
 
E-Mail Address
jessica.adamitis@va.gov
(jessica.adamitis@va.gov)
 
Awardee
null
 
Description
Request for Information Infrastructure as a Managed Service (IaaMS) Introduction: This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a Quote/Proposal. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Requirement: VA Information Technology Operations and Service (ITOPS), has a requirement an Infrastructure as a Managed Service (IaaMS) solution for storage and compute infrastructure at facilities across the United States and abroad. All hardware, software, and professional services provided in response to this PWS shall be utilized to replace existing storage and compute platforms residing at facilities across the United States and abroad as they reach end of life (EOL) status. The IaaMS solution shall initially deploy a Veterans Health Information Systems and Technology Architecture (VistA) Imaging (VI) storage systems solution to VA facilities. The initial deployment shall replace legacy VI storage systems located at 158 facilities listed in Attachment A VI Facility-Specific Quantities, Capacities, and Locations. The existing VI infrastructure stores approximately 10 billion medical images and 40 billion total files using over 28 petabytes (PB). Under the IaaMS solution, VA shall replace the VI architecture with approximately 11 PB of on-premise storage and 11PB of IaaMS VI cloud disaster recovery repository, with the remainder eliminated through use of data efficiency technologies. An annual sustained growth rate of 17 percent is expected for the VI storage. Following the VI initial deployment, it is anticipated that the IaaMS solution shall expand by an additional 220+ PB of capacity over the Period of Performance (PoP). Expansion shall be provided via optional tasks for file, block, and object storage using both minimally managed and fully managed services and presented using a variety of storage performance tiers. The IaaMS solution may deploy new compute and storage requirements at up to 300 total VA facilities during the POP. VA is seeking specific industry feedback regarding the IaaMS solution price model as a managed service basis. ****The attached draft Performance Work Statement describes the effort. **** POST RFI REVIEW PHASE VA envisions that once RFI responses are reviewed, select responders may be invited to provide a face-to-face or telephonic briefing to VA personnel to answer additional questions with respect to the response given. VA retains sole discretion of whether any post RFI briefings are warranted and which industry partners may be invited to provide additional market research information. Responses: Please submit the below requested information by close of business July 24, 2020 at 2PM ET. Responses shall be submitted electronically by the date and time indicated in the RFP via the Virtual Office of Acquisition (VOA) in the files set forth below by the date and time indicated in the RFP. Proposals submitted by any other method will not be evaluated. File sizes shall not exceed 100MB. The web address for the VOA site is https://www.voa.va.gov/. Offerors will be required to be registered users on the VOA website to submit proposals. Once registered, Offerors can click on the Proposal Dashboard link and within that link click on Add Proposal to open up the form to upload files. The Proposal Type drop down field should be changed to 36C10B20R0025 to reflect the RFI being responded to. Please see Attachment E VOA Proposal Dashboard Instructions and Attachment F VOA User Registration for additional information concerning VOA use and registration. For registration or technical issues concerning proposal submission, contact voahelp@va.gov. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Contract Specialists Lauren Sankar at Lauren.Sankar@va.gov and Jessica Adamitis at Jessica.Adamitis@va.gov or Contracting Officer Heather Paragano at Heather.paragano@va.gov. VA appreciates your time and anticipated response. As part of your RFI response, please provide the following information: General Include the following identification information Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541512, Computer Systems Design Services, which has a size standard of $30M. Are you a small or large business under NAICS 541512 ($30M)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. Identify existing contract vehicles (GSA, T4NG, etc.) in which you are a contract holder that can be utilized to procure these services. With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what tasks under the DRAFT PWS would your company perform? If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the testing services to be performed under this effort. ______ YES _______ NO (if No, answer question 7) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Capability Statement Submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 10 pages. Pricing Model Response to the Pricing Model section is not included in the 10-page Capability Statement limitation. Vendors shall complete Attachment D Price Model Spreadsheet as indicated below. Failure to complete the Attachment D Price Model Spreadsheet will result in a non-responsive submission and will not be reviewed. The Government intends to require consumption-based billing on used capacity. Please explain if this is in alignment with industry norm, and if not, what you believe the industry norm is. Attachment B Price Model Spreadsheet presents the Government anticipated price model breakdown for storage capacity line items. The IaaMS solution shall be priced and billed as a managed service per month. All IaaMS solution storage capacity and VI shall be priced per terabyte (TB) used per month. The Government is seeking industry feedback on its anticipated price model. Please provide feedback or recommended price models separately either as a new document or separate tab or to the Attachment B Price Model Spreadsheet. DO NOT alter the existing tabs unless allowed in the RFI from Section C, Question 3(c). Optional Tasks for compute nodes and compute coundations are anticipated to be similarly priced on a per month per instance (nodes or foundation). Attachment B Price Model Spreadsheet reflects this intent. The Government is seeking industry feedback and recommendations on its intent for this price model. The Government is seeking input on a managed service price model to determine the most appropriate method of allocating startup costs for initial site implementations of the IaaMS solution. The Government is looking for industry feedback on including startup costs as either separate line item costs or rolled into the managed service per terabyte (TB) monthly rate. As part of your response, please address the following: Indicate your recommendation regarding price model for implementation startup costs. Provide specific details to substantiate the recommended model. Complete the Attachment B Price Model Spreadsheet for both pricing methodologies. It is intended that any separated startup implementation costs would be a Firm-Fixed-Price single cost applied to each new site, with no variance from site to site. Please explain if this is in alignment with industry norm, and if not, provide recommended implementation breakdown within the Startup Costs Consolidated Tab of Attachment B Price Model Spreadsheet. What recommendations, if any, does industry have to level startup costs through the contract Option Periods to avoid startup substantial costs in the Base Period? Provide recommended labor categories, minimum qualifications, and rates for PWS Optional Task Ad Hoc Professional Services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a62d3f3e1cde44e4aec96a24b3bc27d9/view)
 
Record
SN05718135-F 20200712/200710230201 (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  © 1994-2020, Loren Data Corp.