SOURCES SOUGHT
70 -- Mainframe Non-Disruptive Software Data Relocations Tool or Equivalent
- Notice Date
- 4/29/2004
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
- ZIP Code
- 21207-5279
- Solicitation Number
- SSA-RFQ-04-0315
- Response Due
- 5/10/2004
- Archive Date
- 5/25/2004
- Point of Contact
- Tina Honey, Contract Specialist, Phone 410-965-9483, Fax 410-965-9560, - Linda Phipps, Contract Specialist, Phone (410) 965-9493, Fax (410) 965-9560,
- E-Mail Address
-
tina.honey@ssa.gov, Linda.Phipps@ssa.gov
- Description
- The Social Security Administration (SSA) is seeking GSA schedule vendors capable of providing Mainframe Non-Disruptive Software Data Relocation Tool. Mandatory technical requirements: 1) Must support target and source volumes residing on different disk subsystems. 2) Must support target and source volumes residing on different vendor disk subsystems hardware. 3) Must verify target volume to be offline to all sharing LPAR systems before execution. 4) Must copy all source volume allocated tracks to the target volume. 5) Must copy only used tracks for unallocated data sets from the source volume to the target volume. 6) Must support directing all updates of the source volume to be copied for processing again during later copy pass. 7) Must support at copy completion, the option to accept or cancel the copy. 8) Must support if copy process is cancelled, that the source volume is mounted, unaffected and the target volume not mounted, in its original state. 9) Must support during an IPL of any of the sharing LPAR systems during the copy process, that the source volume is mounted after the IPL is unaffected and the target volume is not mounted after the IPL, remaining in its original before copy state. 10) Must support copy completion acceptance, swap devices so that all I/O from all shared LPAR systems are directed to the new volume. 11) Must support copy completion acceptance, ensure the old volume can not be brought online to the operating system of all shared LPAR. 12) Must support copy completion acceptance, require the old target volume be initialized prior to being re-mounted to the operating system of all shared LPAR systems. 13) Must support copy completion acceptance, ensure the new volume to be mounted and that the old volume not to be mounted after IPL. 14) Must ensure data integrity to the source volume at the expense of the target volume in event of system failure and/or system IPL. 15) Must ensure only source and target addresses (UCB?s) are used by the product. TCP/IP, VTAM, a data set, or coupling facility are not to be required. 16) Must ensure all control and/or monitoring be accomplished from a single sharing LPAR. Among the control and/or monitoring facilities required are but not limited to being able to: (1) initiate swaps; (2) monitor progress; (3) change pacing values dynamically; and (4) terminate swaps if required. 17) Must support all disk volume swaps be accomplished without interruption to any LPAR operating system or without any interruption to any application having data sets allocated on the source volume. 18) Must support source volume update activity to be capable of disallowing the copy. 19) Must support the copying any OS/390 or z/OS volume while allowing for the exclusion of high update activity volumes. 20) The product must not to be vendor hardware dependent. 21) The product must be controlled by command level interface instructions. 22) The product must support concurrent copy volume operations. When a concurrent copy is active and doing I/O on a source volume that is to be relocated, the product is to delay completing the swap of the source to the target for some period of time after no concurrent I/O has been detected. 23) The product must have the capability to rebuild INDEXED VTOCS. 24) The product must have the capability to be suspended and resumed. 25) The product must have JES3 support. In addition, the following are requested as items of interest: 1) Prefer upon copy completion acceptance, to allow the old volume to be used as a point-in-time copy. 2) Prefer the source and target volumes of different capacities allowed as long as the target volume has sufficient capacity to house the complete source volume. 3) Prefer ISPF panel interface to display devices by VOLSER, UCB, SMS Storage Group, controller serial number, or system id. 4) Prefer capability to relocate individual data sets between different disk volumes and different disk subsystems maintaining catalog integrity. Vendors having a GSA schedule meeting the above requirements are invited to submit complete details. The responses must clearly state the ability to meet the above requirements. Interested parties must respond to this notice within 10 calendar days from date of this publication. Responses must be addressed to the following office: Social Security Administration Office of Acquisition and Grants 1710 Gwynn Oak Avenue Baltimore, MD 21207 Or email: Tina.Honey@ssa.gov Original Point of Contact Tina Honey, Contracting Officer, Phone 4109659483, Fax 4109659560, Email Tina.Honey@ssa.gov
- Place of Performance
- Address: Place of Performance, , Address: Social Security Administration,, National Computer Center, 6401 Security Blvd., Baltimore, MD ,
- Zip Code: 21235
- Country: usa
- Zip Code: 21235
- Record
- SN00577144-W 20040501/040429212729 (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 |