Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-07-06 12:59:00
United States SAM

Joint Warfighting Cloud Capability (JWCC)

Process Number CCPO-1

USA

Dates:


Notice ID:

CCPO-1

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

WASHINGTON HEADQUARTERS SERVICES

Office:

WASHINGTON HEADQUARTERS SERVICES

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Nov 19, 2021 09:47 am EST

Original Published Date:

2021-07-06 12:59:00

Updated Response Date:

Nov 19, 2021 09:47 am EST

Original Response Date:

Jul 20, 2021 02:00 pm EDT

Inactive Policy:

15 days after response date

Updated Inactive Date:

Dec 04, 2021

Original Inactive Date:

Aug 04, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

DB10 - IT AND TELECOM IT AND TELECOM

NAICS Code:

518210 - Data Processing, Hosting, and Related Services

Description:


Original Set Aside:

THIS IS AN AMENDMENT TO THIS NOTICE (11-19-21) Solicitations have been issued to the following companies: Amazon Web Services, Inc. Google LLC Microsoft Corporation Oracle Corporation ************************************************************************************************************* ORIGINAL NOTICE The Department of Defense (DoD) has a requirement to purchase commercial cloud service offerings and support services. See attached “Required Capabilities” description for additional detail. The anticipated result will be to award multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts under FAR Part 16. However, the Department is also seeking information from potential additional sources to better inform its acquisition strategy. The Government anticipates awarding two IDIQ contracts -- one to Amazon Web Services, Inc. (AWS) and one to Microsoft Corporation (Microsoft) -- but intends to award to all Cloud Service Providers (CSPs) that demonstrate the capability to meet DoD’s requirements. Each IDIQ contract, under which task orders will be placed, is intended to be for a period of performance of one 36-month base period with two 12-month option periods. The Department is still evaluating the contract ceiling for this procurement, but anticipates that a multi-billion dollar ceiling will be required. The contract ordering ceiling will be included in any directed solicitations issued to vendors. Market research indicates that a limited number of sources are capable of meeting the Department’s requirements. Currently, the Department is aware of only five U.S.-based hyperscale CSPs. Furthermore, only two of those hyperscale CSPs -- AWS and Microsoft -- appear to be capable of meeting all of the DoD’s requirements at this time, including providing cloud services at all levels of national security classification. The Government will issue a solicitation as a Request for Proposals (RFP) to a limited number of sources. Notwithstanding the above stated intent, the Government will solicit and negotiate to award a contract to all responsible vendors that are deemed capable of meeting the requirements set out in the attached “Required Capabilities” document. There is no assigned Defense Priorities and Allocations System (DPAS) rating for this requirement. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 – “Data Processing, Hosting, and Related Services”, with a small business size standard of $35M. The Product Service Code (PSC) for this requirement is DB10 - “IT And Telecom - Compute As A Service: Mainframe/Servers”. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals. Any communications regarding this Pre-solicitation Notice must identify “Pre-solicitation Notice #CCPO-1” in the subject line, as well as include the vendor name, address, phone number including area code, and point of contact. All responsible sources may submit a capability statement which shall be considered by the Department. Any such capability statement shall, at a minimum, include a description of how the vendor can meet each of the following objectives, as outlined in the attached “Required Capabilities” description document: Available and Resilient Services (list data centers, locations, and current/planned authorizations for the processing of classified information) Globally Accessible (list Points of Presence by continent) Centralized Management and Distributed Control Ease of Use Commercial Parity Elastic Computing, Storage, and Network Infrastructure Advanced Data Analytics Fortified Security including information addressing the following: Identity and Access Management Automated Information Security and Access Control Tools Continuous Monitoring and Logging Automated Threat Identification and Response Secure Data Transfer Capability (provide authorization status of any current/planned cross domain solutions and their authorized usage) Encryption Advanced Data Analytics Tactical Edge Devices (list all form factors, current/planned authorizations, and power and network connectivity requirements of tactical edge devices) The Contracting Office for this requirement is: Department of Defense Washington Headquarters Services/Acquisition Directorate 4800 Mark Center Drive Suite 09F09-02 Alexandria, VA 22350 The Contract Specialist for this requirement is Pamela Odhiambo and the Contracting Officer is Angela Stockstill. Any communications must be sent to the following email address: jwcc_acq@ccpo.mil. No phone call requests will be accepted. The deadline for submitting capability statements and any other communications to this posting is 2:00 PM ET on July 20, 2021. Submissions received after this date may not be considered.

Attachments / Links:


Document Size Updated date Download

Contact Information:


ACQUISITION DIRECTORATE RPN STE 12063 1155 DEFENSE PENTAGON

WASHINGTON , DC 203011000

USA

Primary Point of Contacts:

Angela Stockstill

Secondary Point of Contact:

Pamela Odhiambo