The General Services Administration (GSA) Federal Acquisition Service (FAS) in partnership with the Department of Defense (DoD) and Defense Information Systems Agency (DISA) is seeking sources who can meet the Defense Enterprise Office Solution (DEOS) capability set 1 as indicated in figure 1 below under GSA IT Schedule 70.

 

Please respond if your firm is interested in and capable of meeting the requirements.

Requirements:

 

As part of the overall Enterprise Collaboration and Productivity Services (ECAPS) program, the DoD plans to acquire and implement a secure, seamlessly integrated, commercial, cloud-based Software-as-a-Service (SaaS) offering as a replacement for legacy, enterprise information technology (IT) services, such as collaboration to include native audio/video, email, content management, records management, with an office productivity suite. The first instance of this program, DEOS (capability set 1), will be a managed commercial cloud service, in which services provided will include enterprise hardware, software licenses, and deployment/sustainment services across the DoD enterprise. The integrated suite of services will be a secure replacement for legacy stove-piped enterprise offerings including, but not limited to enterprise e-mail and content management services. The acquired managed service will be deployed on commercially-provided and managed cloud infrastructure.

 

Figure 1.

 

The DoD requires a multifaceted implementation and deployment approach for the Sensitive but Unclassified Internet Protocol (SBU IP) Data Network, also known as NIPRNET, and the Secret Internet Protocol (IP) Data, also known as SIPRNet, to include Denied, Disconnected, intermittent, and Limited Bandwidth (D-DIL) environments.  

 

For NIPRNet and SIPRNet implementations that reside within the United States territories and possessions, the DoD will leverage commercially hosted facilities to meet the DEOS requirements.  However, due to DoD data sovereignty requirements, the Cloud Service Provider (CSP) will be required to implement the NIPRNet and SIPRNet CSO within DoD data centers for all locations outside of the United States territories and possessions (e.g., Stuttgart, Wiesbaden, Capodichino).

 

For locations outside of the United States territories and possessions, the CSP will be required to provide a standalone environment within a DoD data center. The CSP must be self-contained and must include the required infrastructure, hardware, software, and auxiliary components required to implement, manage, and maintain the CSO environment within the DoD data center. The GSA will evaluate the CSPs proposed implementation details of their CSO to include physical requirements (eg., number of distributed DoD data centers), heating, ventilation, air condition (HVAC), per-rack power (e.g., single phase, 3-phase, amperage, voltage, etc.), floor space (e.g., rack and total square footage), bandwidth (in total Mbps/Gbps), physical security/separation, physical access, remote management, and networking (e.g., IP addressing, subnets, routing) requirements.

 

Market Research Notice:

 

This is Market Research Only in accordance with FAR Part 10. This is not a solicitation. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. This RFI is for informational and planning purposes only and it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. It is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. Respondents 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 are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this sources sought will be safeguarded and handled in accordance with the Trade Secrets Act (18 U.S.C. 1905).  No determination as to the viability of this potential requirement has been made at this point and there is currently no solicitation for this effort.  

 

By responding to this market research you provide the Government permission to share your submitted capabilities and contract information with other Government organizations in relationship to similar requirements for market research purposes.

 

Responses Due:  November 9, 2018 by 5 PM EST
 
Based on the responses submitted to this RFI, GSA reserves the right to issue all future requests for quotes directly to identified sources via email in accordance with FAR 8.405-3(b)(1)(ii)(B)(2).









Schedule 70 Contract Questions
 
If an opportunity for your company to demonstrate its services was offered would you be interested?
Does your firm believe a single-award or multiple-award BPA is most appropriate?
By Selecting the box below you grant the Government to publish your responses to other Government Agencies via internal only, non public, Government websites.
Please identify the NAICS code you recommend for this project
Business Size Standard - select all that apply to your company

In your estimation, how much of this potential requirement would your firm anticipate subcontracting to other firms?

 

In your estimation, how much of this potential requirement would your firm anticipate subcontracting to small business firms?

 
Technical Yes or No Questions
 

Capabilities Statement: In no more than 10 pages, please  provide a capabilities statement related to your experience that is relevant to this requirement and please address the following questions:

 

  1. Please explain what advantages and disadvantages to the Government does your firm foresee in the event that the Government elects to pursue a single-award BPA?
  2. Please explain the basis for that belief and what advantages and disadvantages to the Government does your firm foresee in the event that the Government elects to pursue a multiple-award BPA?
  3. Please explain the basis for your answer above regarding NIPRNET and SIPRNET CSOs for locations outside of the United States territories and possessions?
  4. Please explain your current per user license structure for your current solution?.
  5. Please explain the basis for your answer above if your firm believes it would be necessary to utilize Schedules and SINs, other than IT Schedule 70.  
  6. Please explain the basis of your answer if your company was to demonstrate its capabilities.  Please describe the specific types or nature of capabilities that your firm believes would provide the greatest value for the Government to consider in such a demonstration and why?

 

Relevant project information should include:

  • Client,
  • Client POC,
  • Client Email,
  • Period of Performance,
  • Total Value of Effort,
  • Short Description and identify the solution you offered
 
Thank you,
GSA Market Research (M-RAS)