SOLICITATION NOTICE
D -- eMail Archival and Retrieval System
- Notice Date
- 7/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS03-05-Q-CIO193
- Response Due
- 8/3/2005
- Archive Date
- 8/18/2005
- Small Business Set-Aside
- Total Small Business
- Description
- *** In order to have your pquote considered, please contact Dionne N. Yelder by written request via e-mail (dionne.yelder@dhs.gov) for a copy of Attachments C - G to include with your quote. No quotes will be accepted without this. *** The Transportation Security Administration (TSA) has identified the requirements contained in the attached Statement of Work (SOW)/Request for Quote (RFQ). Please provide your quote in accordance with your GSA Schedule 70 (Information Technology Products and Services) contract, SIN 132. This is a combined synopsis/solicitation. This announcement constitutes the only solicitation. This solicitation is a small business set-aside. However, between small businesses, this is a full and open solicitation. The Transportation Security Administration (TSA) has a requirement for a COTS email archival and retrieval system to include application software, system implementation, system maintenance and training. This system must satisfy the functionality outlined below and must be hosted on a suite of standard COTS hardware and integrated with standard COTS network storage devices for an engineered solution for TSA. The resultant contract will be a single award for approximately 14 months in length. The Government reserves the right to not award any contract and does not guarantee any order placements. The Government will conduct a best value analysis to determine the awardee. Within this synopsis/solicitation are the Evaluation Criteria, Statement of Work (SOW)and Administrative Requirements for the program, by which each company will be evaluated. The offeror must be capable of providing the services listed in the SOW. PROPOSAL INSTRUCTIONS: Firms responding to this solicitation are requested to submit a written quote to TSA not later than 2:00 PM EDST on Wednesday, August 3, 2005. Questions or comments regarding this RFQ must be received via email not later than Wednesday, July 27, 2005 @ 10AM EDST. Firms shall submit quotes in two volumes: Volume I, Price and Volume II, Technical. Please clearly mark the RFQ number HSTS03-05-Q-CIO193 on the outer wrapper of your submittal and hand deliver an original and two copies to: Transportation Security Administration, Office of Acquisition, 701 South 12th Street, Arlington, VA 22202, Attn: Dionne N. Yelder ?V OR -- You may also forward via electronic mail to: dionne.yelder@dhs.gov. Your pricing should reflect your approach to accomplishing all tasks in the Statement of Work and the overall order. Specific pricing and labor mix and number of hours required for each labor category should be provided for the entire order period. Your written quote should include: Volume I, Price: Firms shall use GSA Federal Supply Schedule (FSS) contract rates under Schedule 70, and are encouraged to discount these rates, for pricing the work required in the statement of work. The quote shall include the following information: (1) Hardware Bill of Materials (BOM) (by specifications) that includes all server and storage hardware necessary for the implementation, system maintenance and training of the proposed engineered solution. (2) All software products necessary for successful implementation and operations, including the Operating System software, application system software and client licenses that may be required. (3) Any and all other equipment, products or services that are expected to be provided as Government Furnished Equipment (GFE). (4) Any costs associated with mitigating performance due to the use of message journaling must be identified. (5) A breakdown of proposed schedule labor categories and hourly rates for all engineering, technical and training services necessary for email archival and retrieval system implementation at the TSA Headquarters (HQ) and Hosting Center (HC) facilities. (6) A breakdown of the number of proposed hours for each labor category in sufficient detail to allow the Government (i) a good understanding of your planned technical approach, and (ii) the ability to review the consistency between the planned technical approach and the proposed pricing. Note: Support services shall be for at least one calendar year from the date of implementation to production of the e-mail archival and retrieval solution, to include consulting services for transition of daily operations of the product to TSA??s ITMS integration contractor. The level of support will be by both telephone (available 365 days a year, 24 hours a day) and onsite support within four hours at both the TSA HQ and HC facilities (see requirements outlined in the SOW). (7) A breakdown of all proposed other direct costs (ODCs) clearly cross-referenced to (5) and (6) above. (8) A copy of your FSS contract, or, if a team arrangement is proposed, copies of the schedule contracts for each team member. Quotes which include ODC??s not priced on your schedule (or their subcontractor??s schedule), which exceed the micro-purchase threshold of $2,500, are directed to contact GSA immediately to have GSA add these costs to the schedule prior to award. Quotes that include ODC??s or subcontractor costs in excess of the micro-purchase threshold and are not included on schedule at the time of award may not be eligible for award. Teaming Arrangements: The use of FSS schedule contractor team arrangements is acceptable. All team members are required to have GSA FSS contracts. If the quote includes a team arrangement between more than one schedule contractors, the quote shall identify the contractor(s) who will be team member(s), who is the team lead, and the responsibilities of each team members under the proposed order. If the government selects a quote, which includes a team arrangement, the contractor designated in the quote, as the team lead will receive the award. The Government will deal directly with the team lead for all task order actions and administrative procedures, including but not limited to ordering, project management, and invoicing. The team lead will be responsible for coordinating the actions of all team members and for distributing payment from the Government under the Order to other team members under the agreement the team members have in place. Volume II, Technical: a. Technical Approach: The contractor shall provide a clear description of how the technical and solution requirements outlined in the SOW will be accomplished, to include innovative ideas, processes, and procedures, and project plan to complete. b. Past Performance: The contractor shall provide three references of where the application software product is successfully implemented. Each reference must include the Organization, Contract Number, Contract Description, Contract Amount and Type, Period of Performance, Name and Telephone Number of a Point of Contact and/or a current email address willing to provide TSA information about the COTS product and their implementation experience. Reference implementations should be similar in size and scope to the implementation required at TSA, to the greatest extent practicable. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. c. Staffing and Resources: The company shall provide proposed management, staffing, and resources to complete the entire effort. Please furnish resumes of the proposed key personnel and other special qualifications relevant to the ability of these individuals to perform under the Order. Resumes should reflect only the similar and same work being solicited. Do not include an entire work history if the work did not include the skills necessary to perform the work required under the proposed Order. 2.) EVALUATION CRITERIA The following factors will be used to evaluate quotes: technical approach, past performance, staffing and resources, and price, on a best value basis. The Government will make an award under the GSA Schedule 70 to the Firm whose quote, conforming to the statement of work, will be most advantageous to the Government, price and other factors considered. a. Technical Approach: An evaluation will be made to determine the best technical approach proposed to meet the requirements outlined in the SOW. b. Past Performance: Your ability to perform will be evaluated on the relevance of demonstrated successful past performance, on both past and current contracts, doing work as closely related as possible to the current effort. The evaluation will take into account the firm??s management and technical performance functions of contract execution, the commitment, involvement, and responsiveness of management, the utilization of accepted practices and techniques in the field of email archival and retrieval. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the contractor. Firms without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated favorably or unfavorably on past performance. c. Staffing and resources: Your ability to perform will be evaluated on the proposed staffing and resources to determine the relevance of the technical and management qualifications required under this Order and an assessment of the demonstrated ability to perform the requirements of this effort. 3.) PRICING Pricing will be evaluated and an award will be made on Best Value Basis. 4.) LIST OF ATTACHMENTS (email Dionne.Yelder@dhs.gov to receive attachments D - G). a. Attachment A ?V RFQ No. HSTS03-05-Q-CIO193 (SF1449, Pricing Format) b. Attachment B -- Statement of Work c. Attachment C -- Administrative Requirements d. Attachment D - Contract Terms and Conditions ?V Commercial Items e. Attachment E - Company/Contract Information (to be completed) f. Attachment F - Government Furnished Equipment List g. Attachment G - TSA Submission and Acceptance Form Statement of Work: 1. Introduction 1.1 Organization Transportation Services Administration (TSA) 701 South 12th Street Arlington, VA 22202 2. Objective The purpose of this project is to bring TSA into compliance with National Archives and Records Administration (NARA) standards for document email archive and retrieval. TSA requires a scalable Commercial Off the Shelf (COTS) hardware and software solution to accommodate current and future email requirements for email archive and retrieval. 3. Background TSA has had a steadily increasing volume of Freedom of Information Act (FOIA) requests since its creation. The FOIA requests frequently involve collecting data resident in corporate email. TSA currently has no system in place that can search the enterprise email system to quickly respond to these requests. It has become critical for TSA to affect information exchange with external systems. Hence, an email archival and retrieval system is paramount to operational effectiveness and essential to TSA??s mission. TSA has clusters of Microsoft Exchange 2000 servers located at both their Hosting Center (HC) in Hazelwood, Missouri (MO) and at TSA Headquarters (HQ) in Arlington, Virginia (VA). Currently, TSA currently has approximately 20,000 email accounts that require the use of a COTS e-mail archive and retrieval system between the two locations, of which, about 2,500 users are located at the TSA HQ facility. A COTS e-mail archival and retrieval solution (engineered solution) must provide TSA the ability to immediately retrieve data that has been archived to the Storage Area Network (SAN) without additional effort from the user. The transition of e-mail and attachments must be seamless. TSA requires the data to be archived 30 days from date of receipt. A log of all transactions shall be kept in a database (Oracle RDBMS is preferred) and will be retrievable for the purposes of non-repudiation, and record keeping using industry best practices. 4. Scope This SOW requires the contractor to provide a COTS email archival and retrieval system to include application software, system implementation, system maintenance and training. This system must satisfy the functionality outlined below and must be hosted on a suite of standard COTS hardware and integrated with standard COTS network storage devices for an engineered solution for TSA. Parameter set-up coupled with installation and check-out will be required (unique application development is not expected). Server and storage hardware are integral parts of the engineered solution and will be provided to the contractor as Government Furnished Equipment upon contract award. Contractor support will be required for a period of one (1) year after solution implementation. The engineered solution for COTS email archival and retrieval system must support both TSA HQ in Arlington, Virginia and HC in Hazelwood, Missouri. Upon identifying an engineering solution, the server and storage hardware will be provided to the TSA ITMS integration contractor for testing and verification. Pending successful verification by the TSA ITMS contractor, the contractor shall implement the COTS email archival and retrieval solution at both the TSA HQ and HC facilities. Note: This work will require a joint effort between the contractor and the TSA ITMS contractor to ensure a successful deployment of the COTS email archival and retrieval solution. Final acceptance will occur via TSA deliverable submission and acceptance form. See Attachment G. 5. Technical Requirements 5.1 Research and obtain COTS software package for implementation of an email archival and retrieval system to be hosted on a suite of standard COTS hardware and integrated with standard COTS scalable network storage devices. 5.2 Provide equipment Bill of Materials, that includes as a minimum: servers, storage devices, and associated operating system software. Hardware devices specified will be provided to the successful contractor as Government Furnished Equipment (GFE). 5.3 Procure software products necessary for successful implementation and operations, including the operating system software, application system software and client licenses that may be required. 5.4 Parameter set-up coupled with installation and check-out (unique application development is not expected). 5.5 Complete system documentation. Be specific and all inclusive. 5.6 Develop and support an implementation plan to test the engineered solution at the TSA ITMS provider??s test facility located in Reston, VA. 5.7 Provide engineering labor hours necessary for the successful implementation at the TSA HQ and HC facilities. 5.8 Proposed email and retrieval system maintenance support for a term of one year from implementation. 6. Solution Requirements 6.1 Must minimize the use of proprietary software. Any proprietary metadata required for achieving full functionality of the proposed engineered solution must be identified and it purpose explained completely. 6.2 Engineered solution documentation must support enterprise disaster recovery. 6.3 Engineered solution must be compatible with Microsoft Windows 2000 Data Center on the Unisys ES7000 platform. The solution must also be compatible with Microsoft Windows 2003 and Exchange 2003. 6.4 Engineered solution must support Network Addressable Storage (NAS). 6.5 Engineered solution must provide continuous access to archived content transparently to end users. 6.6 Engineered solution must provide flexibility to open storage (SAN, NAS, CAS, Optical, Tape or Magnetic Disk.) 6.7 Engineered solution must support indexing. 6.8 Engineered solution must support multiple account names. TSA is using multiple account names within the email system. This type of configuration can be challenging when associating the separately assigned accounts as aliases to an individual user. Such association will also be required during the execution of a discovery. The solution must accurately recover all of a user's historical messages. 6.9 Engineered solution support the ability to log supervisor activity for future review or for evidentiary purposes. 6.10 Engineered solution must provide discovery request responses in an electronic form for investigation. The original format must be either Microsoft Exchange or XML. The preferred method for secondary storage is XML for compatibility with external entities. Response to a discovery request must be allowed to be exported in a bulk fashion and in a format compatible with the requesting party. 6.11 Engineered solution must support the ability to reach archived emails through Microsoft Outlook Web Access (OWA). Access to network mapped drives is desirable but not required. 6.12 Engineered solution must have simple intuitive user interface and wizards saving time and effort in setting it up and defining policies. 6.13 Engineered solution must have administration integrated with Microsoft Management Console (MMC). 7. Contractor Tasks The Contractor shall provide the following technical support. 7.1 Task 1: COTS Software Package Research and obtain COTS software package for implementation of an email archival and retrieval system to be hosted on a suite of standard COTS hardware and integrated with standard COTS scalable network storage devices. 7.2 Task 2: System Testing and Acceptance 7.2.1 Test and Evaluation (T&E): The contractor shall provide testing procedures to ensure that the email archival and retrieval system meets or exceeds all requirements and specifications set forth in sections 4. and 5, respectfully. TSA??s review shall focus on test plans and procedures for evaluation, integration and acceptance. The contractor shall document all components, integration and system testing results. The tests shall measure the accuracy, accountability and reliability of systems and components to ensure correct and complete compatibility to the requirements in order to establish the system functional baseline. The contractor shall recommend the level of Testing and Evaluation (T&E) to be applied. The evaluation level shall be based upon mission criticality, associated risks and the level of project complexity. 7.2.1.1 The contractor shall document the T&E decisions and plans for implementation. 7.2.1.2 The contractor shall conduct system tests on the hardware platform recommended by the contractor. 7.2.1.3 The contractor shall ensure the system is performing with optimum efficiency and to verify the integrity of the data. 7.2.1.4 The contractor shall complete any additional integration testing (end to end) and to demonstrate the correctness of interfaces between components, as required by TSA. 7.2.2 Test and Acceptance and Implementation: The contractor shall perform acceptance testing using accepted industry best practices. The Government will provide the applicable standards and procedures National Institute of Standards and Technology (NIST) and National Industrial Standards Program Operating Manual (NISPOM). The contractor will be required to conduct the acceptance test, making modification and corrections, where appropriate, and ensuring that performance standards are met in a production environment. The contractor, in coordination with TSA??s ITMS provider, shall conduct system test and acceptance including, but not limited to: 7.2.2.1 Any performance impact and storage requirements associated with message journaling 7.2.2.2 Any unique firewall configurations required by the COTS solution. 7.2.2.3 Any latency issues with running search queries on archived emails. 7.2.2.4 Any bandwidth performance issues running searches over the WAN. 7.2.2.5 Any recommended bandwidth increases to improve WAN searching. The contractor shall submit a ??sign off sheet?? to the COR for acceptance of each final deliverable in full compliance with the requirement. Deliverable submission and acceptance form attached (Attachment G). 7.3 Task 3: System Maintenance Support and Training The contractor shall provide system maintenance support and training for at least one calendar year from the date of implementation to production of the e-mail archival and retrieval solution. The level of support will be by both telephone (available 365 days a year, 24 hours a day) and onsite support within four hours at both the TSA HQ and HC facilities. 7.3.1 The contractor shall7.3.1 provide support for transition of daily operations of the product (email archival and retrieval system) to TSA??s ITMS contractor. 7.3.2 The contractor will provide sufficient training services to TSA??s ITMS contractor so ITMS can operate the system in the absence of the contractor. 7.3.3 The contractor will provide break-fix and technical support for the product for a period of not less than one year. 7.4 Task 4: Travel Temporary travel duty will be required. The contractor shall travel as necessary to support the program. Specific travel will be identified by the COR. The COR and/or the CO must approve all travel, in advance, in writing. For costing purposes only TSA anticipates two trips to the TSA HC. The first trip will be a site survey only; and the second trip will be for installation and implementation. 7.5 Task 5: Final System Documentation The contractor shall provide complete system documentation to support Certification and Accreditation requirements. This includes the System Design Document, System Test Procedures, Operations & Maintenance instructions, and one training manual. Note: The TSA ITMS contractor will be responsible for conducting the Security Scanning and Risk Assessment and providing the Security Plan for the network. The contractor proposal must be specific about what documentation is included in the scope of the proposal. Administrative Requirements: The period of performance for this effort will be from Deliver Order Award through 14 months. All deliverables must be delivered in an electronic form. Note: When requesting a response to a discovery request, the information must be delivered in an electronic form for investigation. The original format must be either Microsoft Exchange or XML. Response to a discovery request must be allowed to be exported in a bulk fashion and in a format compatible with the requesting party. ITEM NO. DELIVERABLE DUE DATE PLACE OF DELIVERY 1 Project Plan to include WBS 14 days after contract award COR and CO 2 Recommended BOM 14 days after contract award COR and CO 3 ?X Test and Evaluation Plan/Schedule ?X Implementation Plan/Schedule 21 days after award COR and CO 4 Proposed Travel Plan/Schedule 21 days after contract COR and CO 5 Final System Documentation: ?X System Design Document (SDD) ?X Test Procedures ?X Operations and Maintenance (O&M) instructions ?X Training Manual 30 days after Government acceptance of the System COR and CO 6 eMail Archival and Retrieval System #1 60 days after contract award St. Louis Data Center in Hazelwood, MO 7 eMail Archival and Retrieval #2 60 days after contract award Pentagon City Data Center in Arlington, VA 8 Training As required St. Louis and Pentagon City Data Centers 9 Status Reports 12 noon each Friday COR and CO
- Place of Performance
- Address: TSA Headquarters, 701 South 12th Street, Arlington, Virginia 22202, , St. Louis Hosting Center, 325 J. S. McDonald Boulevard, Hazelwood, MO 63042, , TSA ITMS Contractor Testing Lab, 11493 Sunset Hills Drive, Reston, VA 20190,
- Zip Code: 22202
- Country: US
- Zip Code: 22202
- Record
- SN00852582-W 20050724/050722211530 (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 |