Request for Information (RFI) for On-Premise Enterprise Cloud Platform Infrastructure for Ground Systems

expired opportunity(Expired)
From: Federal Government(Federal)
22-009

Basic Details

started - 16 Jun, 2022 (21 months ago)

Start Date

16 Jun, 2022 (21 months ago)
due - 05 Jul, 2022 (21 months ago)

Due Date

05 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
22-009

Identifier

22-009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698534)DEPT OF THE AIR FORCE (59593)FA8806 BATTLE MNGMNT C3 SSC/BCK (30)
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.

1.0 General Information:518210, Data Processing, Hosting, and Related ServicesThe National American Industry Classification System (NAICS) code for this action is 518210, Data Processing, Hosting, and Related Services.  The small business size standard is $35M. Participation from small and small disadvantaged businesses is encouraged.Disclaimer: This Request for Information (RFI) is issued solely for information and planning purposes (market research).  This RFI does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations (RFQ)) or a promise to issue a solicitation in the future.  This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time seeking proposals and will not accept any unsolicited proposals. Respondents are advised that the 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 responding party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, 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. Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Proprietary information or trade secrets shall be clearly identified.2.0 Description:This RFI is conducted to identify potential sources capable of meeting the EGS Cloud Technical Requirements for Service Providers dated 25 February 2022 attachment for the Space Systems Command (SSC), Enterprise Ground Services Branch (BCTG), Enterprise Ground Services (EGS) program.  EGS provides a suite of tactical satellite command and control (C2) services to the space enterprise through an open and common platform that efficiently integrates capabilities across missions and enables a resilient enterprise ground architecture.The EGS platform service is a securely configured set of software tools and orchestration applications which enable the cyber-secure hosting of mission applications in a multi-tenant, multi-classification environment.  EGS has implemented an on-premise cloud virtualized infrastructure to consolidate delivery of enterprise C2 services and documented the requirements in the attached EGS cloud technical requirements for cloud service providers.  EGS uses VMware and Red Hat solutions that provide a full range of C2 services to support mission partners, including but not limited to:  Military Satellite Communications (SATCOM) (e.g., Advanced Extremely High Frequency (AEHF), Military Strategic & Tactical Relay (MILSTAR), Wideband Global SATCOM (WGS), and Defense Satellite Communications System (DSCS) satellites, and Command and Control System-Consolidated (CCS-C) system); Missile Warning (e.g., Space Based Infrared System (SBIRS) and Geosynchronous Non-Integrated Tactical Warning and Attack Assessment Ops Migration to EGS (GNOME) satellites, Future Operationally Resilient Ground Enterprise (FORGE) system); Environmental Monitoring (e.g., Electro-Optical Infrared Weather System (EWS) and Weather System Follow-on - Microwave (WSF-M) satellites); and Position, Navigation, and Timing (Global Positioning System (GPS) Next Generation Operational Control System (OCX)).  EGS is not seeking to replace these VMware and Red Hat investments, but to assess current marketplace offerings for an alternative to augment and expand on the comprehensive and seamless integrated environments provided by VMware and Red Hat applications.  A replacement must be able to provide a seamless integrated virtualization software solution equal to or greater than the capabilities provided by the current VMware and Red Hat applications without investment in additional server components or storage protocols.3.0 Information Requested:The Government is requesting responses to the following questions from any vendor who is capable of providing on-premise enterprise cloud platform infrastructure for ground systems to meet the needs of EGS.  Respondents shall, indicate which portions of its response are Intellectual Property (IP) and mark IP accordingly.  Classified submittals will not be accepted.What brand(s) solution do you assert will meet the attached EGS cloud technical requirements for service providers?Is there a current implementation of a comprehensive, seamlessly integrated virtualization software solution that meet the EGS cloud technical requirements for service providers?For solutions that meet criteria a. and b. above, provide the following:A description of the overall technical solution, the environment and infrastructure in which this solution currently operates, and how the solutions meets the EGS cloud technical requirements for service providersDescribe how an alternate brand solution will seamlessly integrate with EGS’s current VMware and Red Hat infrastructureIdentify the organization currently operating the entire solution in a single, seamlessly integrated mannerIdentify all specific products used in the solution and the functions they performBriefly describe how the integration between any modules is performed and how that integration is managed when new versions of individual products are introducedDiscuss potential risk mitigation and management strategies used to eliminate operational and technical risks associated with  integration of your products used in an overall complex enterprise environment that is composed of multiple vendors, especially related to those risks introduced when individual products are upgraded4.0 Submission Details:Responses shall include a cover page with the following:Submitter’s Name and Parent Company, if applicableBusiness Address: Street, City, State, and Zip codeCommercial and Government Entity (CAGE) CodeUnique Entity IDCompany socio-economic statusPoint of Contact (i.e. company representative)POC Telephone number and email addressResponses, in entirety, shall be limited to ten pages, single-sided. Documents should be formatted in accordance with the following:Single-spaced,One-inch marginsUS letter-size (8.5” x 11”)Use 12-point font (Times New Roman), andBe formatted with Microsoft Word 2016 or Adobe Acrobat Reader Version 7.0 (or later)Submissions shall not exceed a 5 MB email limit for all items associated with the response. Hard copy responses will not be accepted.  The Government will not accept company literature or marketing materials.All information in response to this RFI that is marked proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable regulations.SSC/EGS has entered into contracts with Federally Funded Research and Development Center (FFRDC) and/or Systems Engineering and Technical Assistance staff working for the Government.  These may include, but are not limited to:  The Aerospace Corporation, MITRE, Tecolote Research, Quantech Services, and Ginisis Group.  These companies support the Government by performing technical reviews systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to SSC/EGS support contractors for services to SSC. If respondents disagree to the release of its RFI response to any of the aforementioned firms, the respondent must clearly state this restriction in the cover letter accompanying the RFP response.Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the US Government they may be eligible to participate at the subcontractor level.  The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.).  Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible.Points of ContactAll inquiries should be directed to the points of contact below:Primary:Lt Andrew McAdamsandrew.mcadams.2@spaceforce.milSecondary:Capt Tabitha GomezTabitha.gomez@spaceforce.mil

CO   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Cloud Solutions 2016-2026/Environmental Systems Research Institute, Inc. (ESRI)

Due: 15 Sep, 2026 (in about 2 years)Agency: NASPO ValuePoint

Cloud Solutions (2016 - 2026)/Environmental Systems Research Institute, Inc. (ESRI)

Due: 15 Sep, 2026 (in about 2 years)Agency: NASPO ValuePoint

MIGRATE THE EXISTING ENTERPRISE CONTENT MANAGEMENT (ECM) SYSTEM FROM THE BALTIMORE DATA CENTER (BDC) TO THE CLOUD PLATFORM.

Due: 29 Mar, 2025 (in 12 months)Agency: CENTERS FOR MEDICARE AND MEDICAID SERVICES

Please Sign In to see more like these.

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

Classification

naicsCode 518210Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
pscCode DH10IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE