Virginia Bids > Bid Detail

Enterprise Network Architecture & Engineering Support Services

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159253805304122
Posted Date: Nov 15, 2022
Due Date: Nov 30, 2022
Solicitation No: CBPRFI2023_060_397
Source: https://sam.gov/opp/c9182bfd97...
Follow
Enterprise Network Architecture & Engineering Support Services
Active
Contract Opportunity
Notice ID
CBPRFI2023_060_397
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CUSTOMS AND BORDER PROTECTION
Office
INFORMATION TECHNOLOGY CTR DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 15, 2022 01:25 pm EST
  • Original Published Date: Nov 08, 2022 03:21 pm EST
  • Updated Response Date: Nov 30, 2022 02:00 pm EST
  • Original Response Date: Nov 30, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Ashburn , VA 20147
    USA
Description

Background



The CBP Office of Information and Technology (OIT), Enterprise Infrastructure and Operations Directorate (EIOD), Network Architecture and Engineering Division (NAED) provides management services and oversight of the CBP network infrastructure to protect, defend, and restore the confidentiality, integrity, and availability of CBP mission essential data communications and applications.



NAED ensures a standardized, high performance, and secure enterprise network architecture for the CBP enterprise that seamlessly integrates existing and emerging technologies. NAED supports the CBP mission by delivering network architecture and network engineering services to its customers and partners. Some of the key CBP technology partners consist of, but are not limited to, Cisco, Juniper, F5, Infoblox, NetScout, Riverbed, Palo Alto, Amazon Web Services (AWS), Google, and Microsoft.



CBP is actively modernizing its IT infrastructure, migrating services to the Cloud, and engaging in various initiatives to evaluate and implement emerging technologies, support mobile platforms, facilitate video surveillance, and continually improve the performance, security, and availability of its network services.



Purpose of Request for Information (RFI)



This public posting is for informational, planning, and market research purposes only and constitutes a Request for Information (RFI) and a Sources Sought Request (SSR) only for United States, Department of Homeland Security (DHS), Customs and Border Protection (CBP). This announcement does not constitute a commitment, implied or otherwise that a solicitation or procurement will be issued. This is not a solicitation, Request for Proposal (RFP), or Invitation for Bids (IFB). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.



All information received resulting from this RFI will be used by CBP for acquisition planning and market research purposes only. However, your response may be releasable to the public under the Freedom of information Act (FOIA), 5 U.S.C. 552, and the DHS FOIA regulation, 6 C.F.R. Chapter 1 and Part 5. If you wish CBP to consider any portion of your response as "confidential commercial information", you should clearly mark the portion as "confidential commercial information". The procedures for identifying "confidential commercial information" are set forth in the DHS FOIA regulation cited above and are available on the DHS website: http://www.dhs.gov/xfoia/editorial0579.shtm. CBP, at its discretion, may request respondents to this RFI to meet with CBP program and contracting officials and to elaborate on information in their written response. Respondents to this RFI will not be notified of any results derived from a review of the information provided. All information contained in this RFI is preliminary and is subject to revision and is not binding on the Government.



The purpose of this public posting is to give contractors the opportunity to provide information regarding their capability to facilitate the development of an acquisition strategy for network architecture and engineering services in support of the Network Services Division.



Please be advised, no questions will be addressed at this time.



Instructions



Interested parties are encouraged to respond to this notice if they have the capability and capacity to provide the identified services. The RFI process is an important part of CBP’s market research as required by the Federal Acquisition Regulation (FAR). Among other things, to justify a small business or 8(a) set-aside procurement, CBP’s market research must demonstrate that there are at least two small businesses or 8(a) small businesses capable of performing at a fair and reasonable price that are likely to submit offerors. Respondents need to list their current contract vehicles and whether or not they are a small business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, 8(a) small business, Women-Owned Small Business, or small disadvantaged business.



The due date and time for responses is no later than 2:00 PM EDT, Wednesday, November 30, 2022. The RFI responses shall be submitted via email to dawn.m.ford@cbp.dhs.gov with the subject line "Enterprise Network Architecture & Engineering Support Services RFI" to be considered.



All responses must adhere to the page limits of 26 pages total. The submission shall be logically assembled. Each response section shall be clearly identified and shall begin at the top of a page. All pages of each response section shall be appropriately numbered and identified by the complete company name, date, and referenced number listed on the Notice in the header and/or footer. Responses to 26, 27 and 28 can be one response section.


Attachments/Links
Contact Information
Contracting Office Address
  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >