The RFP Database
New business relationships start here

Cisco Business Critical Enterprise Service Agreement (CBCESA


New Jersey, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information
Cisco Business Critical Enterprise Service Agreement (CBCESA)
March 21, 2019

Introduction:
This is a Request for Information (RFI) only issued for the purpose of 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 as a result 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:
The VA currently has over 180,000 Cisco networking, TelePresence, server, converged virtualization, and Unified Communications (UC) devices and applications that comprise the core of our IT infrastructure. These devices and applications require effective, proactive, on-going maintenance and support. In Fiscal Year 2015, the VA established an enterprise-wide agreement to support these technologies. This effort will continue these vital services that provide Cisco brand name Smart Net Maintenance, Cisco Software Support Services (SWSS) and Business Critical Services Support for the VA Office of Information and Technology (OIT) managed Cisco equipment and applications worldwide. The draft PWS attached provides an overview of these services.

The scope of this effort includes Cisco branded reactive Smart Net maintenance and support for Cisco hardware networking devices, telephony, TelePresence, UC, and Unified Computing (servers and converged virtualization) devices and applications (including all license maintenance support for Cisco Prime and Prime Collaboration) at all VA locations.

The Contractor shall deliver proactive Cisco Technical Support and Business Critical Services at all VA locations to include tactical, strategic, and legacy support for the following systems/applications: Advanced Routing and Switching, Advanced Security, Advanced UC, Advanced Wireless Local Area Network (LAN) Support, TelePresence, telephony, and Unified Computing systems. The Contractor shall deliver Cisco optimization support for all VA OIT Information and Technology IT Operations and Services (ITOPS), Cyber Security Operations Center (CSOC), VA Central Office (VACO), Washington, District of Columbia (DC), National Cemetery Administration (NCA), Corporate Datacenter Operations, and OIT Field Program Offices. Support shall include:

Technical Support Services: The Contractor shall deliver Cisco technical support services for the VA inventory of Cisco devices/applications.

Cisco Business Critical Services for Routing and Switching Systems: The Contractor shall deliver Enterprise Routing and Switching Network Optimization Services support consisting of Design Support, Software Strategy, Performance Engineering and Optimization and Knowledge Transfer and Mentoring service modules in support of Cisco s family of Routing and Switching products.

Cisco Business Critical Services for UC Systems: The Contractor shall deliver Enterprise UC Network Optimization Services support consisting of Design Support, Software Strategy, Performance Engineering and Optimization and Knowledge Transfer and Mentoring service modules in support of Cisco s family of UC products.

Cisco Business Critical Services for Data Center/Unified Computing: The Contractor shall deliver Enterprise Data Center/Unified Computing support consisting of Design Support, Software Strategy, Performance Engineering and Optimization and Knowledge Transfer and Mentoring service modules in support of Cisco s family of Data Center/Unified Computing products.

Cisco Business Critical Services: Network Optimization for Wireless Systems The Contractor shall deliver Enterprise Wireless support consisting of Design Support, Software Strategy, Performance Engineering and Optimization and Knowledge Transfer and Mentoring service modules in support of Cisco s family of Wireless products.

Cisco Business Critical Services: TelePresence (Business Video) Optimization Services: The Contractor shall deliver Business Video support consisting of Design Support, Software Strategy, Performance Engineering and Optimization and Knowledge Transfer and Mentoring service modules in support of Cisco s family of TelePresence products.

The Contractor shall also provide Cisco s management and support for the installed Platform Insight.

Responses:
Please submit the below requested information by 12:00PM EST on April 04, 2019 via email to Alainah Robillard, Contract Specialist, at Alainah.Robillard@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. 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 Alainah Robillard at Alainah.Robillard@va.gov, 732-440-9684 or Juan Quinones at Juan.Quinones@va.gov, 732-440-9714. 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 541519, Other Computer Related Services, which has a size standard of 150 Employees. If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale.

Identify existing contract vehicles (NASA SEWP V GWAC, GSA, 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 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 quote/proposal submission and efficient, cost effective effort.

CAPABILITY STATEMENT
Please 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 20 pages and address the questions below.

Note: VA seeks to identify contractors who are authorized resellers of the required Cisco services, and thus, can provide the support required in the draft PWS which has been attached hereto for comment. VA also seeks to identify non-Cisco resellers whose services and/or solution can provide the services and support required above, as well as the same type of support identified in the draft PWS, which has been attached for comment. Please be advised that although the attached draft PWS identifies Cisco services, it is only intended as a draft document which outlines the current level of support covering VA s Cisco inventory. All non-Cisco resellers are invited to comment on the type of support services identified therein and provide information as to how their respective solution meet the Government s minimum requirements relative to the hardware networking devices, telephony, TelePresence, UC, and Unified Computing (servers and converged virtualization) devices and applications identified in this PWS. All services and support provided must be fully interoperable (software, hardware) with all devices and applications to be covered under any resulting solicitation. Replacement devices must be either new or refurbished to original manufacturer standards.

Describe how you will provide VA support to manage the inventory of Cisco products that have been deployed or will be procured and deployed throughout VA over the next five years?

Describe how you as a potential reseller of these services would add technical, operational, or managerial value to this overall proposal.

Provide a Rough Order of Magnitude estimate for a 12-month base and four 12-month option periods to include all optional tasks based on the current VA inventory.

The current ESA is priced based on inventory in the following bands. Would you recommend changes to this banding structure? How many bands would you recommend above the current limit of $800M $900M?

Current ESA Install Base Bands ($ Million):
$500M $600M
$600M $700M
$700M $800M
$800M $900M

Do you currently provide a comprehensive, seamlessly integrated support solution with the technical and design knowledge that provides at least the same capabilities as required above, and in the attached draft PWS? If not, can your solution be modified to provide at least the same level of services/support?

Are there any additional services you would recommend be included in the ESA to provide greater support and/or value?

Currently the VA is proposing to deliver Premium Cisco Software Support Services (SWSS) on Cisco Collaboration and Cisco Prime Collaboration for perpetual software, subscription software for UC products. Would you recommend an alternate solution that provides a similar support and coverage capability such as the Cisco Collaboration Flex Plan as a more cost effective and advanced alternative?



Here are the requirements that would be supported.
Total Knowledge Workers
260,000
Support Level
Enhanced
Total Private Branch Exchange (PBX) Calling Users
260000
Total Contact Center Agents
10500
Total Active Meeting Hosts
26000
Meetings Audio Option
Meetings Toll Dial-In Audio + VoIP

For solutions that meet, or can be modified to meet the above criteria, provide the following:
A brief description of the overall services provided and a brief description of the environment and infrastructure in which this solution currently operates.
Identify the entity currently utilizing the service in a single, seamlessly integrated manner similar in size to the VA.
Identify all specific services provided, including hardware and software support, to include security patching, bug fixes, and updating of IOS.

Status as a current reseller of Cisco Services, if applicable.

VA INSTALL BASE (IB) INVENTORY
Due to the large size of the current VA IB it will not be posted with this RFI. A copy of this excel file will be provided upon request. This file will be transferred via the use of the Safe Access File Exchange (SAFE) at https://safe.amrdec.army.mil/safe/guide.aspx.

This is accessible to all vendors. Instructions on its use and access are available here https://safe.amrdec.army.mil/safe/guide.aspx. Please review this guidance before use.

The process to request a copy of the IB is as follows:

Send an e-mail to the Contracting officer, Juan Quinones at Juan.Quinones@va.gov and Program Manager Frank Joy at Frank.Joy@va.gov with the subject: Request for VA Cisco Install Base Inventory
Please provide the e-mail address you want to receive this IB. Group e-mail boxes are not recommended.
Your request will be processed. The e-mail you provide will be notified that there is a file to be picked up. If you do not see the notice in the inbox, please check your junk email folder.
Follow the Guest procedure to download your copy of the IB.

NOTE: Once uploaded you will have two days to download the files or they will automatically be deleted and inaccessible

Alainah.Robillard@va.gov, 732-440-9684
Juan.Quinones@va.gov, 732-440-9714

Alainah.Robillard@va.gov, 732-440-9684

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP