AI helper
The government is seeking industry feedback on the rfp and performance work statement pws prior to publishing the solicitation. The purpose of this indefinite delivery indefinite quantity contract is to obtain reliable, responsive, and cost effective managed services along with on demand storage solutions for approved locations within the continental united states and outside of the continental united states. The primary objective is to ensure seamless, adaptive, and efficient storage management that can meet the evolving requirements of the governments operations. The scope of this contract requires a managed storage service for the government that provides solutions for all application workloads. The solution includes the hardware, the operating software, network management tools software, technical services, and operational control. This managed service will provide the government with the flexibility required to satisfy requirements for security, availability, scalability, and modernization of the storage infrastructure. The government will use the following factors and subfactors to evaluate each proposal: Factor 1: SBPP written proposal acceptable/unacceptable Factor 2: SCRM plan written proposal acceptable/unacceptable Factor 3: Technical/management approach Phase I written proposal acceptable/unacceptable: Subfactor 1. 1: Self-certification checklist and letter attachments 2/3 Subfactor 1. 2: Technical solution PWS 6. 2. 1, ****, ****, 6. 4. 1, ****, **** Subfactor 1. 3: Availability PWS 6. 5. 1 Subfactor 1. 4: Service delivery plan PWS ****, 6. 5. 4, ****, **** advisory down select from phase I to phase II Phase II oral proposal confidence rating: Subfactor 2. 1: Unclassified CONUS data center operational storage environment task order Subfactor 2. 2: Unclassified CONUS data center NAS/object storage task order Subfactor 2. 3: Unclassified CONUS data center backup storage environment task order Subfactor 2. 4: Unclassified CONUS data center growth task order Subfactor 2. 5: SRM if required, advisory down select from phase II to phase III Phase III POC, if determined to be in the governments best interest acceptable/unacceptable Factor 4: Price best value trade off. Requests for clarification and information concerning the solicitation must be provided in writing no later than 15 calendar days prior to the solicitation closing date.
The award will be given to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The government will use the following factors and subfactors to evaluate each proposal: Factor 1: SBPP written proposal acceptable/unacceptable Factor 2: SCRM plan written proposal acceptable/unacceptable Factor 3: Technical/management approach Phase I written proposal acceptable/unacceptable: Subfactor 1. 1: Self-certification checklist and letter attachments 2/3 Subfactor 1. 2: Technical solution PWS 6. 2. 1, ****, ****, 6. 4. 1, ****, **** Subfactor 1. 3: Availability PWS 6. 5. 1 Subfactor 1. 4: Service delivery plan PWS ****, 6. 5. 4, ****, **** advisory down select from phase I to phase II Phase II oral proposal confidence rating: Subfactor 2. 1: Unclassified CONUS data center operational storage environment task order Subfactor 2. 2: Unclassified CONUS data center NAS/object storage task order Subfactor 2. 3: Unclassified CONUS data center backup storage environment task order Subfactor 2. 4: Unclassified CONUS data center growth task order Subfactor 2. 5: SRM if required, advisory down select from phase II to phase III Phase III POC, if determined to be in the governments best interest acceptable/unacceptable Factor 4: Price best value trade off.
Offerors must receive an acceptable rating to proceed to phase II. Phase I involves evaluation of the written proposal, resulting in an advisory down select to phase II. Phase I utilizes an acceptable/unacceptable rating based on four subfactors: self-certification checklist and letter, technical solution, availability and service delivery plan. To proceed to phase II, offerors must receive an acceptable rating.
Requests for clarification and information concerning the solicitation must be provided in writing no later than 15 calendar days prior to the solicitation closing date. Requests for clarification and information concerning the solicitation must be provided in writing no later than 15 calendar days prior to the solicitation closing date.