Procure a service that provides a comprehensive suite of services to help CHRA transport, store, manage, relocate, and retrieve backup media from a secure, offs...

expired opportunity(Expired)
From: Federal Government(Federal)
PANMCC-19-P-0000-028891

Basic Details

started - 16 Jul, 2019 (about 4 years ago)

Start Date

16 Jul, 2019 (about 4 years ago)
due - 18 Jul, 2019 (about 4 years ago)

Due Date

18 Jul, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
PANMCC-19-P-0000-028891

Identifier

PANMCC-19-P-0000-028891
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698103)DEPT OF THE ARMY (131586)AMC (72061)ACC (74397)MISSION & INSTALLATION CONTRACTING COMMAND (25634)FDO SAM HOUSTON (2753)W6QM MICC-FT KNOX (1661)
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.

 SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) THIS IS A Sources Sought Request For Information ONLY. The U.S. Government desires to procure the offsite storage solutions to support the CHRA/Automation Innovation Center (AIC).  Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S.
Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on GSA. It is the responsibility of potential offerors to monitor the GSA site for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 518210 Data Processing, Hosting and Related Services. The size standard is $32.5 Millions. Specific Tasks:  To procure a service that provides a comprehensive suite of services to help CHRA transport, store, manage, relocate, and retrieve backup media from a secure, offsite facility operated by trained experts. The service provides CHRA with resources to manage backup media across its lifecycle, and includes the rotational shipping and storage of electronic media (magnetic tape) in a secure environment. The service also includes the capability of the customer to call and have stored magnetic media shipped to the customers COOP site. Receipt of the delivery should be within 24hours of notification. CHRA/AIC requires the following offsite storage, data backup, and recovery services: Monthly Storage of Media at the vendor's off-site facility: The contractor shall provide off-site storage for the following in accordance with Army Regulations. 38 Small Size Container (14.75"x11.5"x5.9") - Able to carry minimum 18 LT03 tapes Regular Scheduled Delivery and pickup service:  On normal business days (Monday to Friday), the contractor shall arrive at the Rock Island, IL location during core business hours (0900 to 1300 Central Standard Time), to pick up media for storage and deliver media that has been requested for delivery.  Pickup/Delivery Location: CHRA/AICAttn:  TBDBuilding 350, Room 151Rock Island, IL  61299 Standard Special Delivery service (Normal Business day): The CHRA/AIC may require special delivery service of media during certain situations.   The contractor shall deliver requested media within twenty four hours of an emergency request during normal business hours (0900 through 1700 Central Standard Time. Pickup/Delivery Location: CHRA/AICAttn:  TBDBuilding 350, Room 151Rock Island, IL  61299 Critical Special Delivery service: The CHRA/AIC may require emergency delivery service of media during certain situations.  The contractor shall provide delivery within six (6) hours of notification of such a request. Pickup/Delivery Location: CHRA/AICAttn:  TBDBuilding 350, Room 151Rock Island ArsenalRock Island, IL  61299-7010 Weekend/Federal Holiday Delivery Service (Outside of Normal Business day): The CHRA/AIC may require weekend/holiday delivery service of media during certain situations.  A weekend is defined as the time between 1700 hrs. On Friday until 0900 hrs. on Monday.  A holiday is defined as the time between 1700 hrs. on the day proceeding the holiday until 0900 hrs. on the day following the holiday.  The contractor shall provide delivery within twenty-four hours of notification to the Rock Island location.  Pickup/Delivery Location: CHRA/AICAttn:  TBDBuilding 350, Room 151Rock Island ArsenalRock Island, IL  61299-7010 Scheduled Delivery and pickup service to Fort Knox, KY: Twice a year the contractor shall deliver media containers at the HRC, Ft. Knox, KY during normal business hours (0900 to 1600 Central Standard Time).  The containers will be used for CHRA's Continuity of Operations (COOP) exercise.  When contacted, the Contractor can utilize a third-party delivery service (example FEDEX or UPS) to deliver tapes using the container defined in paragraph 2.1.  The contractor would be required to ship two to four containers at this time.  The media being transported is encrypted which allows for a third-party service.  Onsite Government personnel at the COOP facility will ensure the containers that were delivered during the exercise, are returned back to the contractor via normal delivery service stated in paragraph. Pickup/Delivery Location: US Army Human Resources Command1600 Spearhead Division RoadBuilding #6434_4Ft Knox, KY 40122-5504 Rotation Services:  The CHRA/AIC requires that media be rotated back to be reused with the next normal scheduled delivery.  Media that is 180 days old shall be scheduled to be delivered in accordance with an inventory request from CHRA.  Storage of LT03 Media shall be maintained in a facility with the following: Temperature / humidity control Set to remain within acceptable limits with only minor fluctuations. Fire rating - Walls, floor, ceiling and door are properly fire-rated. Access via a locked entrance, with limited authorized access.   The vendor shall maintain climate-controlled standards in accordance with government and general industry standards (ANSI IT9.11-1991).  The vendor's delivery personnel shall be required to show a Valid Driver's License, Proof of Vehicle Insurance, and a Reason (Tape Pickup) at each time of entry to the pickup/delivery sites.  Physical Security Standards: N/A  PERIOD AND PLACE OF PERFORMANCE: 20 September 2019 to 19 September 2020, the work will be performed on site at the Rock Island Arsenal, Rock Island Illinois.. NON-DISCLOSURE AGREEMENT OFF SITE STORAGE: Data media being stored off-site may contain non-classified, classified, confidential information. The contractor, employees and agents who transport, store, and secure such data media must safeguard that data. Contractor employees will be required to sign a Non-Disclosure Agreement.  RETURN OF CHRA DATA MEDIA AND CONTAINERS: The Contractor shall return all copies of CHRA/AIC data media and documentation in its care, custody, control or possession upon request of the CHRA/AIC or on termination of the contract.  A continuing need is anticipated for the vendor off site facility which is currently being fulfilled through current contract # GS-03F-049GA - Order no: W9124D17F0098.  Description     PRICE   PERDMC03 - Closed Container (Small) Commercial (Qty. 38)DMC07 - Closed and Transport Container (Qty. 50)DMC16 - Administrative Fee  (Qty. 1)AD12 -  Media Care Daily (Qty. 1)AD13 - 3rd Party Shippingand in accordance with the attached Performance Work Statement (PWS) herein.Period of Performance: September 20, 2019-September 19, 2020.  In response to this sources sought, please provide: •1.      Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding company size status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. •2.      Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.•3.      Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. •4.      Information to help determine if the requirement item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. •5.      Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns through CHESS. •6.     Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at Scott.d.kukes.civ@mail.mil or 210-466- 3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the GSA notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. •7.   Recommendations to improve the approach/specifications/draft Salient Characteristic's to acquiring the identified items/services. •8.     Responses to this announcement should be e-mailed to Rodrique O. King, rodrique.o.king.civ@mail.mil or Marsha S. Barnett @ marsha.s.barnett.civ@mail.mil no later than 08:00 a.m. (Eastern Time) Fort Knox Local Time, 16 July 2019.

W1J4 USA CIV HUMAN RES AGY3330 RARITAN AVENUEAbeedeen, MDLocation

Place Of Performance : W1J4 USA CIV HUMAN RES AGY 3330 RARITAN AVENUE

Country : United States

Classification

NAISC: 518210 GSA CLASS CODE: D
naicsCode 518210Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS