Platform as a Service and Infrastructure as a Service offerings having a Preliminary Authority to Operate (P-ATO) issued by the Federal Risk and Authorization M...

expired opportunity(Expired)
From: Federal Government(Federal)
70FA3018I00000006

Basic Details

started - 10 Sep, 2018 (about 5 years ago)

Start Date

10 Sep, 2018 (about 5 years ago)
due - 24 Sep, 2018 (about 5 years ago)

Due Date

24 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
70FA3018I00000006

Identifier

70FA3018I00000006
Department of Homeland Security

Customer / Agency

Department of Homeland Security
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION70FA3018I00000006 The Office of the Chief Procurement Officer in support of the Federal Emergency Management Agency (FEMA), Grant Programs Directorate (GPD) is seeking information from industry to assist with the development and planning of a potential new requirement for Platform as a Service and Infrastructure as a Service offerings having a Preliminary Authority to Operate (P-ATO) issued by the Federal Risk and Authorization Management Program (FEDRAMP) Joint Authorization Board.THIS IS A REQUEST FOR INORMAITON (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIEM.1. Overview/Purpose/Description of ProcurementThe Government is in the process of conducting market research to assist the FEMA, Grant Programs Directorate (GPD) in understanding the capabilities in the market place relevant to automated Cloud Migration techniques.2. Scope of Effort2.1 Capability Requirements. Migration to Cloud Services is a growing
trend within thecommercial industry to reduce cost and improve time to provisioning and elasticity of resources.FEMA's market research is to better understand the current landscape of value added resellers of cloud services, in particular: Platform as a Service and Infrastructure as a Service offerings having a Preliminary Authority to Operate (P-ATO) issued by the Federal Risk and Authorization Management Program (FEDRAMP) Joint Authorization Board.Responders to the RFI shall address the following in their submissions:1. Which cloud service providers are you an authorized reseller?2. How do you provide your catalogues to the private sector and public sector?3. Do you offer bulk purchasing discounts?4. Please describe your bulk purchasing discount strategy.5. Please describe other value added services you offer.6. What value added services do you recommend and why?7. Please describe typical ordering procedures used by your private sector and public sector clients.8. Should FEMA consider other factors than price when evaluating potential proposals from resellers; if so, what additional factors should be considered.2.2 Section 1 of the white paper shall answer the issues addressed in Section 2 of this RFI and shall be limited to 15 pages.   3.0 Responses3.1 Interested parties are requested to respond to this RFI with a white paper.3.2 White papers in Microsoft Word for Office 2010 compatible format are due no later than September 24, 2018 at 10:00AM EST. Responses shall be limited to a total of 20 pages inclusive (15 pages Section 1 and 5 pages Section 2 of the White paper). Responses shall be submitted via e-mail only to Edna.McKellery@fema.dhs.gov. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.Company: Name Telephone Number E-mail AddressCompany: Name Telephone Number E-mail Address3.3 Section 2 of the white paper shall provide administrative information, and shall include the following as a minimum:3.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, and e-mail of designated point of contact.3.3.2. Recommended contracting strategy.3.3.3. A statement that the responder will not allow the Government to release its proprietary data to the Government support contractors. In the absence of either of the foregoing, the Government will assume that the responder does NOT agree to the release of its submission to Government support contractors.3.3.4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $25.0 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Responders are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov.3.3.5. The facility security clearance of the offeror.3.3.6 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 5 pages.4. Industry DiscussionsThe Government representatives will not meet with potential offerors.5. QuestionsQuestions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FedBizOpps website (https://www.fbo.gov); accordingly, questions shall NOT contain proprietary information. The Government does not guarantee that questions received after September 19, 2018 will be answered.6. SummaryTHIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Platform as a Service and Infrastructure as a Service offerings having a Preliminary Authority to Operate (P-ATO) issued by the Federal Risk and Authorization Management Program (FEDRAMP) Joint Authorization Board. The information provided in the RFI is subject to change and is not binding on the Government. The Federal Emergency Management Agency has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment, or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Contact Information: Edna McKellery, Contract Specialist, Phone 2026463497, Email Edna.McKellery@fema.dhs.gov - Edna McKellery, Contract Specialist, Phone 2026463497, Email Edna.McKellery@fema.dhs.gov Office Address :500 C Street SWPatriots Plaza -- 5th Floor Washington DC 20472 Location: IT Branch Set Aside: N/A

NALocation

Address: NA

Country : United StatesState : Kansas

You may also like

FEDRAMP AUTHORIZED CLOUD COMPUTING SERVICES FOR SSA SOCIAL SECURITY MATTERS BLOG

Due: 07 Jul, 2025 (in 14 months)Agency: SOCIAL SECURITY ADMINISTRATION

NIAAA: SERVICE: ACQUIA DRUPAL FEDRAMP WEB PLATFORM

Due: 22 May, 2029 (in about 5 years)Agency: NATIONAL INSTITUTES OF HEALTH

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 541512 GSA CLASS CODE: 70