commercial hosting services for PeopleSoft products
REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION PURSUANT TO FAR PART 10. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Description: The United States Coast Gua... REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION PURSUANT TO FAR PART 10. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Description: The United States Coast Guard (USCG) is searching for contractors interested and capable of providing commercial hosting services for PeopleSoft products also referred to as Human Capital Management Systems (HCM) and Global Payroll. The USCG issues this Request for Information (RFI) to query industry for innovative approaches to deploy HCM and Global Payroll internally referred to as Direct Access. Direct Access supports significant numbers of internal and external customers as part of the USCG's on-going business operations. Currently USCG is using PeopleSoft HCM/Global Payroll version 9.2. Objective: This Request for Information (RFI) is intended to help the USCG make informed acquisition decisions to: • Assess the current marketplace and existing industry capabilities; • Identify and assess the major risks to the acquisition; • Identify and mitigate any potential barriers to competition; • Determine industry data/information needs to support proposal preparation; The program objectives is to evaluate between platform as a service (PaaS) , software as a service (SaaS) or infrastructure as a Service (IaaS) offerings from an established cloud service provider with an existing, large-scale commercial offering with the following service characteristics: • Providing on-demand service, broad network access, resource pooling, rapid elasticity and measure service. • Offering a catalog of application, data obfuscation, middleware and operating system options that are regularly refreshed with innovative and disruptive technologies available in the commercial marketplace. • Providing middleware like data obfuscation, identity management, security management, log analysis and audit capabilities. • Meeting DOD security requirements of FedRAMP + (Impact level 4) for handling PII data. • Provide secure connection to multiple federal agencies to transfer Human Resource and Financial data. • Capable of processing large volume of data and support over 10,000 concurrent users at any given time. • Robust failover plan. • Performing Security patching, PUMs with minimal impact to the user community. • Automated code promotion. • All applications and systems are IPv6 capable. Requested Information: A. Eligible business concern's name, point of contact, address, and DUNS number. B. Company's ability to provide the SAAS, PAAS or IAAS. C. A detailed description of the process or steps used by the contractor for migrating new customers to own or government hosting environment/facility, to include expected Government involvement. D. A description of what makes your company's approach to hosting more efficient and effective, while controlling cost. E. Cite examples from current customers for whom the contractor is hosting PeopleSoft HCM or other Oracle applications. F. Identification of current DHS Strategic Vehicle, GSA Federal Supply Schedule, other Government Wide Agency Contract (GWAC) held by respondent, socio economic status, contract number, available ceiling, and ordering period. G. Approach to supporting Oracle PeopleSoft by Cloud or traditional hosting. Cite support and security benefits between approaches. H. Address the security of the DHS and NIST SP 800-53 requirements for a financial management system containing PII with a FIPS 199 Security Categorization of confidentiality = moderate, integrity = moderate, and availability = moderate. I. An indication of whether if your company is FedRAMP+ certified and able to meet security information impact level 4 requirements. J. Detail description of how you will handle data obfuscation. K. Address multifactor authentication approaches for users with CAC/PIV and/or 3rd party assertion. L. Detail description on how you will handle environment management and code promotion (SaaS). M. Address how you will approach the disaster recovery and automatic failover process. Cite Architecture and solution to seamless disaster recovery failover and failback between DR copy and Production. H. Any other information that your company feels is pertinent to this RFI. Business Issues and Response Format: This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Request for Unsolicited Proposal, or as an obligation of intent by the USCG to acquire any products and/or services. The USCG does not intend to award a contract as a result of this RFI or otherwise pay for the requested information. The purpose of this RFI is to collect available market information that will be used to assist the USCG in developing its acquisition strategy related to its need for hosting services for Direct Access. Submission of a response to this RFI is entirely voluntary and shall not obligate the USCG to pay, or entitle the submitter of information to claim, any direct or indirect costs or charges or any other remuneration whatsoever. The USCG understands that any pricing information submitted under this RFI is an estimate only and is not binding nor does it constitute a proposal. Not responding to this RFI will not preclude participation in any future RFP, if issued. If a solicitation is released, it will be publicized as required by the FAR. It is the responsibility of the potential offeror to watch for additional information pertaining to this requirement. In responding to this request, data and information (drawings, documents, tables, graphs, etc.) may be submitted in different formats and media (paper or electronic files). Electronic submissions should be formatted in MS Word, MS Excel, MS PowerPoint or Adobe.pdf. The total length of each response should not exceed 25 pages. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). All industry respondents should indicate their business size and applicable socio-economic category (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) relative to the North American Industry Classification System (NAICS) code 518210: Data Processing, Hosting, and Related Services. This information will be used to determine the appropriate acquisition method, including whether a set-aside is possible. Questions regarding this announcement should be submitted in writing not later than March 26, 2019. Verbal questions will NOT be accepted. Questions should be submitted to Melanie Miller and Brenda Oberholzer at the e-mail addresses below. Responses: Please submit information via email to Melanie Miller, Contract Specialist, at Melanie.A.Miller@uscg.mil and to Brenda Oberholzer, Contracting Officer, at Brenda.E.Oberholzer@uscg.mil no later than 12 Noon EST on April 9, 2019. Responses received after that date may not be afforded a comprehensive review. Responses should include the name, e-mail address, and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »