The RFP Database
New business relationships start here

Core Enterprise Facility Analysis


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request For Information (RFI) - DEA Core Enterprise Facility Cost/Benefit Analysis
The Drug Enforcement Administration (DEA) is issuing this Request for Information (RFI), as defined in FAR 15.201(e). The information received as a result of this request will serve as a market and technology survey to assist the DEA in its technical development and acquisition strategy. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR THE PURPOSES OF CONDUCTING MARKET RESEARCH AND GAUGING INDUSTRY INTEREST AND CAPABILITY. THERE IS NO SOLICITATION AT THIS TIME. Submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. Unsolicited proposals or offers of any kind will not be considered in response to this notice. The Government will handle all information received in response to this notice that is marked as proprietary accordingly.

Please note that participation in this sources sought is optional, and not mandatory or necessary for future participation as an offeror in a related solicitation for this requirement. The Government is soliciting responses exclusively from small business participants.

BACKGROUND
The Core Enterprise Facility (CEF)-District of Columbia (CEF-DC), also known as the Sterling Park Technology Center (SPTC) is strategically important to supporting DEA and other Department of Justice (DOJ) components' successful operations, management and maintenance of their Information Technology (IT) systems. SPTC is a multi-use, 16,000 square foot (SF) data center with an additional 57,500 SF of technical labs, training centers, special spaces and offices to support DEA's IT infrastructure, which provides services to 13 DOJ customers. It is in operation 24 hours a day, 7 days a week. SPTC houses a secure, stable and reliable IT infrastructure to support more than 16,000 DEA users as well as other DOJ components The CEF-DC is currently hosted in a leased site under a lease agreement which expires in Fiscal Year (FY) 2022.

REQUIREMENTS
DEA is soliciting information regarding the availability and capability of those companies who are certified by the International Data Center Authority (IDCA) as Data Center Authorities and Cloud Authorities, have comprehensive knowledge and understanding of the Application Ecosystem standards framework, Infinity Paradigm AE360, as published by the IDCA, and can provide a comprehensive cost/benefit analysis (CBA) of DEA-identified alternatives for continued support of the CEF-DC. Tasks will include:
•    Information Gathering;
•    Conduct of the CBA; and
•    Documentation of the CBA analysis, findings, and recommendations.
Your response should include the following:
•    Tailored corporate capability statement (not to exceed 10 pages) addressing the particulars of this effort, with appropriate documentation supporting claims of technical competencies, experience, organization and staff capability to perform a comprehensive CBA for the recommended future state of a computing center similar to, or larger than, the CEF-DC ;
•    A representative sample of contracts your firm has been awarded within the last three years that directly supports requirements as described in this RFI. For each contract listed, please provide only the following information: the type of contract, total estimated value, contract period of performance, customer (i.e. Federal Agency) and respective point of contact (name, phone number, email address).

ADDITIONAL INFORMATION
Corporate organizational charts or listings only (not text) of proposed team members will not count toward the corporate capabilities page limitation.


SUBMISSION INSTRUCTIONS
Interested sources are asked to provide their responses in Times New Roman, 12 point font. Responses must include the following information:
1.    Company name; mailing address; physical address; point of contact; telephone number, fax number; e-mail address, DUNS number; NAICS code; and GSA schedule number (if appropriate)


2.    State whether your firm is 8(a) certified, a small disadvantaged business, a woman-owned business, HUBZone certified or service disabled veteran-owned
small business, ANC.


All responses to this notice shall be submitted in writing to Amanda.J.Vanderveen@usdoj.gov at not later than 3:00 PM Eastern Standard Time (EST) on July 22 2019.



Amanda VanderVeen, Contract Specialist, Phone 2025988109, Email Amanda.J.VanderVeen@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP