The RFP Database
New business relationships start here

eCloud Services


Texas, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information/Sources Sought
Department of Veterans Affairs
eCloud Services

This is a small business Request for Information (RFI)/Sources Sought to conduct market research to determine the availability of vendors capable of providing interconnection to cloud services in accordance with the Federal Cloud Computing Strategy, and comply with Department of Homeland Security (DHS) Trusted Internet Connection (TIC) and Office of Inspector General (OIG) requirements for encrypted electronic communications. The Contractor shall provide space to house VA-owned equipment in a closed 19-inch cabinet, which will serve as a demarcation between contractor cloud service facilities and VA WAN service provider network. The Contractor shall provide two physical data center locations which are geographically dispersed. The space shall house VA-owned equipment in a closed 19-inch VA owned cabinet, which will serve as a demarcation between contractor cloud service facilities and VA WAN service provider network. The contractor shall also provide 30-amp, 120v AC single phase primary and redundant power to the cabinet. The contractor shall provide six 10G Single Mode fiber cross connections. Four of the cross connections shall be used to connect the VA owned equipment to the VA network. Two of the cross connections shall be used to connect the VA owned equipment to the shared cloud offering. Requirements are described in detail in the attached DRAFT Performance Work Statement (PWS).

This RFI does not guarantee the issuance of an RFQ/RFP. If you have the ability to provide the services outlined in the DRAFT PWS, please respond to this RFI with a statement of capabilities. Please note that requirements defined to date may change before a final solicitation is released.

This RFI is issued solely for information and planning purposes it does not commit the Government to contract for any supply or service whatsoever. The VA is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. 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 vendor's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned.

RFI RESPONSE QUESTIONS & INSTRUCTIONS

NOTE: The capability package must be clear, concise, and complete. All proprietary/company confidential material shall be clearly marked on every page that contains such. VA is under no obligation to provide feedback to the company, or to contact the contractor for clarification of any information submitted in response to this RFI. VA reserves the right to not respond to any or all emails or material submitted.

The Technology Acquisition Center (TAC) point of contact for this RFI is Contract Specialist, Seena Ninan. RFI responses are to be submitted directly to Seena.Ninan@va.gov by 5:00 PM Eastern Time (ET), June 29, 2018.

Late responses will not be reviewed. Page limitation is limited to no more than 10 pages.
Interested parties are to provide the following information in their response:

1. Contractor Information:
a. Company Name
b. CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov
c. Company Address
d. Point of contact name
e. Telephone number
f. Email address
g. The North American Industry Classification System (NAICS) code applicable to this acquisition is 519190. The Small Business Size Standard for this NAICS code is $27.5M. Indicate your company size and socio-economic status under this NAICS.
h. What contract vehicles do you have available to provide these services?
i. Do you plan to be a prime or subcontractor?
j. Can your organization independently provide the entire range of requirements?

2. Describe your connectivity to federal government cloud service providers such AWS, Azure
Office365, Salesforce, and ServiceNow.

3. Describe your business practice in engaging and creating relationships with federal government cloud service providers.

4. Do you allow storage of and VA configuration/control of VA owned equipment, as part of connectivity to cloud service providers?

5. Confirm your organization can provide interconnection to cloud services in accordance with the Federal Cloud Computing Strategy, while also ensuring continued compliance with Department of Homeland Security (DHS) Trusted Internet Connection (TIC) and Office of Inspector General (OIG) recommendations for ensuring encrypted communications for Personally Identifiable Information (PII).
6. Provide a listing of facilities and their location which can provide the proposed services.
7. Confirm the proposed data center is within dedicated Tier 1 IP backbone connectivity requirements.

8. Confirm the proposed facilities are designed and built to TIA-942 tier rating / Uptime Institute Tier III or above.

seena.ninan@va.gov

Seena.Ninan@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP