Federal Bid

Last Updated on 02 Mar 2019 at 9 AM
Sources Sought
Independence West virginia

IVANTI LICENSES

Solicitation ID SOL-19-OIG-SS4897
Posted Date 11 Feb 2019 at 8 PM
Archive Date 02 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Inspector General
Agency Department Of Health And Human Services
Location Independence West virginia United states
IVANTI Support License
OIG, The Office of Information Technology (OIT)

SOURCES SOUGHT ANNOUNCEMENT (SSA)

Department of Health and Human Services, Office of the Inspector General, Acquisitions Division, Washington, DC is seeking sources to provide Ivanti License/Maintenance Renewal for Platinum Suite to support DHHS, OIG.

CONTRACTING OFFICE ADDRESS:

Department of Health and Human Services (DHHS)
Office of Inspector General (OIG), Office of Management and Policy (OMP)
Acquisition Division (AD)
330 Independence Ave, SW 5th Floor, Suite 5550
Washington, DC 20201

AGENCY BACKGROUND:

The Inspector General Act established the initial statutory authority and responsibilities for the OIG. The OIG mission is to improve HHS programs and operations and protect them against fraud, waste and abuse. By conducting independent and object audits, evaluations, and investigations, we provide timely, useful and reliable information and advise to Department officials, the Administration, Congress and the public.

The Chief Information (CIO) serves as the head of Information Technology at OIG. The Operation Management Division (OMD) is responsible for life cycle management of end user devices and operating the IT service desk. In alignment with the Office of Inspector General strategic plan vision to "Drive Positive Change", the Office of Management and Policy (OMP) established an integrated Service Desk using LANDesk Service Desk 2017. The Service Desk supports the key services provided and is the primary method used to track how customer services requests are progressed. This includes requests for all IT services, reporting, incidents, and submitting changes requests and automatic tickets generated for failed patches, software distribution, break fix tracking and requests for new IT hardware and software.


INTRODUCTION:

This a Sources Sought to conduct market research and determine the availability and technical capability of all Small Business sources to provide the required products.

The OIG is seeking information for potential sources to provide Platinum Ivanti Suite license, maintenance and software support.

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICTATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

CONTRACT/PROGRAM BACKGROUND:

Contract Number: HHDP233201500050G
Contract Type: FFP and T&M
Incumbent and their size: Large
Method of previous acquisition: Full and Open competition

Brief description of the current program/effort:

OIG has current requirement to procure Ivanti Platinum Software License, Maintenance and Support Services.

Anticipated Timeframe: 24 March 2019 through 23 March 2020 (Base Year and 4 Option Years)

Place of Performance: 330 Independence Ave SW, Washington, DC 20201

PURPOSE:

The objectives are to procure a multi-year contract to provide license, support and optional professional services for Ivanti suite products currently in productions.

The infrastructure for the Ivanti servers is provisioned at a Tier IV data center. OIG uses Microsoft O365 for its email service.

In order to maintain operations, OIG is seeking to renew its current Ivanti licenses and maintenance, with options to purchase Professional Services hours in order to accomplish additional objectives as requirements arise.

 

REQUIREMENTS:

The vendor shall renew current 1780 Total User Management (TUM) licenses for the Ivanti suite of products and Xtraction Enterprise Server (including 2 concurrent Analyst licenses), and obtain software assurance for the Base Year.

The vendor must be able to include an option for OIG to annually adjust the number of licenses based on the number of OIG users whose devices are being managed using Ivanti for up to Four Option Years.

The shall provide TUM license or alternate for Secure User Management (SUM) license (excluding Service Desk product) for all Option Years.

The vendor shall provide an option for OIG to purchase annual software assurance for any licenses procured as identified in the below Optional Tasks.

OPTIONAL TASKS

The vendor shall include the option for OIG to procure in the Base and all four (4) Option Years.

Additional License Procurement
• 8 additional Xtraction Analyst licenses (for a total of 10)
• Additional Xtraction server license for High Availability (HA) server (currently licensed for (1) Xtraction server)
• Any other licenses required to execute tasks (ie. Eventual replacement of legacy LANDesk products with new Ivanti products).

Additional Ivanti Component(s)
The vendor shall include an option for OIG to procure:
• Cloud Services Appliance (CSA), with configuration, maintenance, and support.

Professional Services
The vendor's response shall include an option for OIG to purchase professional services in 25-50 hour bundles for tasks including:

• Assistance with major version upgrades
• System configuration/changes as new requirements are identified

All FISMA certification and accreditation artifacts related to Ivanti (system security plan, contingency plan, etc.) shall be updated to reflect any changes made:

The vendor shall ensure that consultant assigned to these tasks have the relevant experience to support and troubleshoot specific Ivanti modules, and that consultants are familiar with OIG's Ivanti installation and configuration.

SOURCES SOUGHT:

The anticipated North American Industry Classification System Code (NAICS) for this required is 511210 - Software Publishers, with the corresponding size standard of $38.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from Small Business Sources that can provide the required services under the NAICS Code. To assist the AD's Office in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encourages to provide information regarding your plans to use joint venturing (JV) or partnering to meet the requirement. This includes responses from qualified and capable Small Business, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Business, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitation on Subcontracting clause (FAR 52.219-14).

SUBMISSION DETAILS:

Responses must include:

1) Business name and address;
2) Name of company representative and their business title;
3) Type of Business;
4) Cage Code
5) DUNS Number
6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), NIH, NASA SEWP, Federal Supply Schedule (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)

Vendors who wish to respond to this source sought should send responses via email NLT 1:00 PM Eastern Standard Time (EST), 15 February 2019 to Ms. Chersharon King at [email protected]. Interested vendors should submit a brief capabilities statement package (no more than five (5) pages) demonstrating ability to provide herein documentation should be in bullet format.

Proprietary information trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing the SSA responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damage incurred if proprietary information is not properly identified.

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Maryland Not Specified
Maryland Not Specified
New york Not Specified
Maryland Not Specified
Utah Not Specified

Similar Opportunities

Location Unknown 14 Nov 2025 at 3 PM
Location Unknown 14 Nov 2025 at 3 PM
Richmond Virginia 08 Jul 2025 at 4 AM