SOLICITATION NOTICE
D -- LPAR Capacity and Software Usage Analysis
- Notice Date
- 4/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SSA-NOI-07-1131
- Response Due
- 5/10/2007
- Archive Date
- 5/10/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Social Security Administration (SSA) intends to negotiate solely and issue a Purchase Order to I/S Management Strategies, Ltd. of Whitefish Bay, WI to study the economic feasibility of changing some software licensing structures to workload license charges (WLC), or sub-capacity pricing, where it is in the best interest of the Government. SSA currently operates six IBM z990 zSeries mainframes at the National Computer Center (NCC) in Baltimore, MD including zAAP processors. The Agency runs mainframe software products from hundreds of vendors on 26 LPARS. IBM developed the Sub-capacity Reporting Tool (SCRT), a software product that records the 4-rolling average usage of some (not all) software, and determines where the software executes. The output of this tool determines how IBM, and other vendors, invoice customers for WLC or sub-capacity pricing. IBM offers this tool as a free download to its customers, and the services described in this synopsis require the use of SCRT. However, SCRT by itself cannot meet SSA's requirements to perform a cost benefit analysis (CBA) of changes to license structures, fails to adequately address current and projected growth estimates, does not allow for independent audits, and lacks the detailed reporting features that some financial decision require. SSA requires services that exceed the capabilities of the SCRT tool. SSA requires services that assist in planning for, implementing, monitoring and leveraging WLC, or that document why changing prices structures is not in the best interest of the Agency. Other organizations that believe they are capable of meeting SSA?s requirements are invited to submit information concerning their capabilities, experience and other pertinent data. Written responses to this notice shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. A determination by the Government not to compete this proposed order based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Verbal responses are NOT acceptable and will not be considered. All responses to this notice must be submitted by May 10, 2007. Responses may be sent via E-MAIL ONLY to the point of contact listed below. NO PHONE CALLS OR FAXES.
- Place of Performance
- Address: SSA, National Computer Center, 6201 Security Blvd., Baltimore, MD
- Zip Code: 21235
- Country: UNITED STATES
- Zip Code: 21235
- Record
- SN01284423-W 20070502/070430221211 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |