Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2003 FBO #0746
SOLICITATION NOTICE

D -- Disaster Recovery Drop Ship

Notice Date
12/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (316), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
797-04-01
 
Response Due
12/18/2003
 
Archive Date
1/17/2004
 
Point of Contact
Point of Contact - Rita Sampson, Contracting Officer, (512) 326-6233, Contracting Officer - Rita Sampson, Contracting Officer, (512) 326-6233
 
E-Mail Address
Email your questions to Rita Sampson
(rita.sampson@mail.va.gov)
 
Description
This is a Request for Information from the Department of Veterans Affairs (VA), Austin, Texas for the purpose of identifying interest and availability of companies with current GSA FSS contracts to provide delivery of Information Technology (IT) equipment to the VA Financial Services Center (VA-FSC) recovery site in Waco, Texas. Requirement is for support of VA-FSC?s Continuation of Operations Plan (COOP) recovery strategy to deliver leased, pre-configured IT equipment within 24 hours to disaster recovery site to include delivery, set-up, installation, and retrieval. (required) Useful Links:Government-wide Numbered Notes The VA-FSC operates financial management applications supported by a highly complex processing configuration servicing the business processing requirements of the entire Department. The VA-FSC operation relies on structured configurations for the cost effective delivery, processing and storage of information. The VA?FSC has certain essential operations, which must continue to be performed despite adverse conditions. Interruptions to business operations can occur at any time and be caused by many types of events (i.e. destruction of the VA?FSC building, loss of building services, computer virus, government regulation, etc.). To achieve and maintain a proper operation posture in the recovery environment, the recovery site must contain an IT architecture that is sufficient to support an ever?changing integrated enterprise system. The IT software environment of the VA?FSC consists of various Operating Systems (OS) and applications such as: Microsoft Windows 2000 Advanced Server; Oracle enterprise edition; Microsoft SQL Server (version 7.0 and 2000); Viewstar version 5.2; Visual Basic 5.0; Visual Studio 6.0, Right Fax version 7.3; Microsoft Internet Information Services (IIS) database applications and telecommunications. The IT hardware environment of the VA-FSC consists of rack mounted Dell file servers; Dell Storage Area Network (SAN) with associated disk arrays, switches and tape backup system; Right Fax modems; Hewlett Packard (HP) optical jukeboxes and Digiboard. The requirement is for pre?configured, IT equipment to be shipped (see attached ?List of Hardware?), on demand, within 24 hours notice, to the VA?FSC disaster recovery site in Waco, Texas. Requirement includes: (1) Maintenance of hardware and VA?FSC PC image inventory to be available for delivery within 24 hours of notification; (2) Toll free telephone line staffed 24 hours a day 7 days a week for disaster declaration; (3) Participation in an annual test of the VA?FSC?s COOP any one time during a contract year upon notification by authorized VA?FSC staff; (4) Annual test shall include, but not be limited to: (a) Configuring all or part of the contracted hardware, as designated by the VA?FSC; (b) Shipping the configured hardware to the VA?FSC?s disaster recovery site. (c) Installing the configured hardware at the VA?FSC disaster recovery site within 24 hours of notification; (d) Testing the configured hardware at VA?FSC disaster recovery site to ensure operability; (e) Removing the configured hardware from the VA?FSC disaster recovery site once the test has been completed; and (f) Preparing an evaluation report on the efficiency of the test. In the case of an actual emergency, contractor shall (1) Configure all or part of the contracted hardware, as designated by the VA?FSC; (2) Ship the configured hardware to the VA?FSC?s disaster recovery site; (3) Install the configured hardware at the VA?FSC disaster recovery site within 24 hours of notification; (4) Test configured hardware at VA?FSC disaster recovery site; and (5) Remove hardware from disaster recovery site. The VA is interested in receiving information from all companies; however, the government prefers to award this requirement under an existing GSA FSS contract. In their reply, respondents shall respond electronically and include their GSA FSS contract number, an electronic copy of subject contract, applicable GSA Special Item Number, and a BRIEF summary (not longer than one page) of their capability to perform subject work. Further, preference may be given to eligible 8(a) firm(s) with current GSA FSS contract. Companies without current GSA FSS contracts may, at their discretion, submit information electronically on their capabilities to perform subject work via a BRIEF summary (not longer than one page) of their capability to perform subject work. This RFI is a request for information only and does not commit the government to pay any proposal preparation costs for responding to this RFI and not considered an allowable direct charge to any resultant contract or any other contract. All responses shall be submitted to the Contracting Officer, Rita Sampson via e-mail at rita.sampson@mail.va.gov not later than 3:00 p.m. CST, 12/18/2003.
 
Web Link
RFI 797-04-01
(http://www.bos.oamm.va.gov/solicitation?number=797-04-01)
 
Record
SN00487937-W 20031213/031211212000 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.