ENTERPRISE REMOTE ACCESSS (ERA)_RFI
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 17, 2024 03:12 pm EST
- Original Response Date: Feb 20, 2024 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 06, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fayetteville , NCUSA
Description
This request is for information only regarding Enterprise Remote Access tools which support dynamic and secure means to access domains in a multi-classification Department of Defense (DoD) network architecture following the DoD Zero Trust (ZT) paradigm. The capabilities have been grouped into eight components that support: IT architecture, infrastructure, security, compliance, software tools, storage, usability, and training. Failure to identify a capability in one category will not be identified as a failure in another category. Collaboration may be possible between Industry partners to provide an integrated solution for Enterprise Remote Access which meets DoD governing policies and desired functionality.
The Government understands that for listed capabilities, there may be no product that can deliver the listed capability. While there are eight components (Tables 1 – 3) to this RFI, a response with answers for the component is also appropriate since this is a development effort and collaboration on different capabilities may be possible, for example, one response identifies viable solutions to maintain existing capabilities, while another response identifies viable solutions to enhance ERA for the IT architecture. The Government is requesting that responders address on-premises, hybrid, or cloud service solutions regardless of respective section being considered. The listed objectives and thresholds serve to validate the ultimate ERA requirements.
Attachments/Links
Contact Information
Contracting Office Address
- 1800 F STREET, NW
- WASHINGTON , DC 20405
- USA
Primary Point of Contact
- Casey C. Nau
- casey.nau@gsa.gov
Secondary Point of Contact
- Renee A Grace
- renee.grace@gsa.gov
History
- Mar 21, 2024 11:55 pm EDTSources Sought (Updated)
- Jan 17, 2024 03:12 pm ESTSources Sought (Original)