Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
SOURCES SOUGHT

D -- Mainframe, Platform, Enterprise Backup and Support Services

Notice Date
11/19/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
ITA
 
Archive Date
12/30/2010
 
Point of Contact
Mark Kraft, Phone: 6182299671, Virginia A McCann, Phone: 618-229-9720
 
E-Mail Address
mark.kraft@disa.mil, Virginia.McCann@disa.mil
(mark.kraft@disa.mil, Virginia.McCann@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for ITA Information Technology Agency Enterprise Data Center Services CONTRACTING OFFICER ADDRESS: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 DE SCRIPTION: PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Data Center services for the Army's Information Technology Agency (ITA). This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the Information Technology Agency and Defense Information Systems Agency (DISA) in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 or 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. BACKGROUND: ITA performs a wide variety of Data Center support functions in order to meet customer requirements. Currently, the Data Center provides server hoteling (or hosting) for customer owned servers, provides a managed server environment where ITA manages the server environment up to the operating system and the customers run their business applications, supports an enterprise backup service, manages a tiered and centralized storage pool of disks with various levels of performance, and provides operational monitoring and facility support for the data center server rooms. The Data Center also has a mainframe environment that is used to support business applications. The Data Center currently consists of four Service areas: Mainframe Services, Platform Computing Services, Enterprise Backup Services, and Support Services. The Data Center currently consists of four Service areas: Mainframe Services, Platform Computing Services, Enterprise Backup Services, and Support Services. •1. Mainframe Services: Host business applications for Pentagon Area tenants on ITA-owned mainframe systems running Z/OS or Linux that support customers worldwide. •2. Platform Computing Services: Provide enterprise-level common IT services such as email, file, print, web and database services. Operate platform-computing services to support customer applications. •3. Enterprise Backup Services: Provide enterprise backup and recovery services to Pentagon tenants using a robust centrally managed system that provides the flexibility for customers to manage their own backups while using the Data Center disk-to-disk and disk-to-tape solutions with off-site replication. •4. Support Services: Maintain physical access control and security of all the Consolidated Server Rooms (CSR) and provide configuration control of these facilities while providing 24x7 support and environmental monitoring. Support services is also responsible for managing a centralized pool of storage disks with various performance levels that match customer requirements along with a robust fibre channel network. The objectives for storage management are to provide efficient, timely recovery methods using creative storage architectures, leverage storage virtualization technologies, and utilize industry best practices for data de-duplication and compression. OBJECTIVES/SCOPE: The objective of the Data Center is to provide an integrated, structured approach to operating, managing, and maintaining the current ITA infrastructure across mainframe, storage, server, and enterprise backups, as well as assisting in defining requirements for future upgrades and enhancements based on operational and customer trends. The future enterprise architecture envisions a unified approach to managing server and storage resources at an enterprise level. While technologies vary between systems, this should not require multiple standards to include processes and support procedures for an enterprise environment. In order to drive standardization in the hosting environment, ITA envisions assisting customers, both external and internal, moving applications to the ITA Data Center Platform as a Service (PaaS) Model, or at minimum, limiting system/application deployments only to standardized servers with known configurations; creating one central managed open systems computing infrastructure environment. The primary objectives of the Data Center area are as follows: · High levels of service availability: The demand for high availability is due to the mission-critical nature of the services provided to the DoD Community. · Security: The data center environment must be secure and meet all regulatory security requirements per appropriate ITA Government and DoD regulations, policies, guidelines, and best practices. · Flexibility: The ITA Data Center must be able to cope with changing customer requirements. · Standardization: ITA Data Center must develop and follow service delivery strategies for delivering services on a standardized platforms rather than developing/supporting custom solutions. · Consolidated servers/storage/services to reduce costs: Consolidation of services within ITA and across the Pentagon onto fewer physical servers and storage devices to help reduce the cost of resource management. •· Survivability: Data Center server and storage infrastructure must be highly survivable and support continued operations throughout physical or logical attacks. · Controlled cost of ownership (TCO): All aspects of Data Center costs must be understood and controlled. SCOPE ITA is an Information Technology (IT) service provider, and provides a range of shared services to the National Defense community. ITA's customer base consists primarily of DoD services and agencies inside of the National Capital Region (NCR). The scope of this contract effort is to provide the following Data Center to ITA: The following functions are within scope: Data Center Configuration and Change Control •o Provide Asset Management, Configuration Control, and Change management for ITA assets, and server rooms including server, fibre channel, and storage (physical and logical) baselines. (Includes inventorying, tracking and managing server hardware maintenance agreements) •o Server and Storage Moves, Adds, and Changes (MACs) Data Center Deployment: •o Build, install, test and acceptance services for physical servers and storage •o Provide automated deployment methods for fast provisioning of operational environments through the use of standard images Data Center Operations and Maintenance: •o Ensure platforms are base-lined with consistent configurations and up-to-date security standards. •o Administer servers, mainframe, storage, and fibre channel networks •o Troubleshoot, support and ensure issue resolution •o Provide Continuity of Operations (COOP) management and response to contingency events and other possible business interruptions in the NCR •o Assure 24x7 support and systems monitoring •o Ensure Patching / Security Technical Implementation Guide (STIG) compliance Data Center Facilities Management : •o Manage power, cooling, and floor space capabilities •o Provide environmental monitoring services with 24x7 support •o Maintain physical access controls and security Operational Engineering: •o Support the definition of requirements for Data Center upgrades and lifecycle replacements (Continual Service Improvement) •o Support ITA ESD engineering for new Data Center solutions and significant design/technology upgrades to the operating baseline •o Process identification and development to improve and/or further automate Data Center management •o Insure the Data Center infrastructure conforms to enterprise architecture and engineering guidance and standards •o Troubleshooting, Tier III support, Problem Management and Root Cause Analysis for Data Center services Project Engineering: •o Project management and execution for deployment efforts in accordance with enterprise engineering standards •o Customer migrations Abilities to be Demonstrated The contractor shall demonstrate ability to meet the following requirements: •1. Experience with Data Center Management in an environment with over 3000 servers managed at multiple physical locations and at various levels from (operating system, server hardware, stand alone rack space) •2. Experience in Mainframe Operations and Management •3. Experience with Data Center Management in a DoD Environment •4. Demonstrated experience with the following server and Mainframe based environments: •a. IBM z/OS •b. Microsoft server Operating Systems •c. Microsoft System Management Server (SMS) •d. Microsoft System Center Configuration Manager (SCCM) •e. Microsoft Exchange Server •f. Systems Center Operations Manager •g. SharePoint Server •h. Office/Live Communications Server •i. Citrix •j. XenDesktop •k. Altiris Management Suite •l. Symantec Enterprise Vault •m. AIX, •n. VMware •o. x86 LINUX (RedHat and SUSE) •p. Tivoli Storage Manager (TSM) •q. CommVault Backup Solution •r. IBM Tivoli Application suite •s. Microsoft SQL •t. Oracle •5. Demonstrated experience managing enterprise Fibre Channel/Storage Area Networks with multiple levels of storage from active online, nearline, to offline. •6. Demonstrated successful project management with Data Center projects for deploying new equipment/and services to customers. •7. Demonstrated ability to manage task order financial statements and burn rate tracking, apply configuration management to deliverables and create informative monthly status reports. •8. Ability to manage a multi-contractor team to execute multiple tasks, and apply industry best management practices to ensure effective mission accomplishment within Government-specified schedule and cost objectives. •9. The contractor must show that they can fill vacant positions, within 2 weeks, meeting the security requirements of DD Form 254 and Performance Work Statement (PWS). RESPONSES: All responses are limited to 6 pages (excluding the cover page), using a Microsoft Word format (i.e., 1 inch margins, Times New Roman 12 font). The responses should specifically describe the contractor's ability to meet the requirements outlined within this RFI. Responses to this RFI are to be submitted via email to gayle.williams@us.army.mil no later than 15 December 2010, 3:00 P.M., Central Time. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI/SOURCES SOUGHT OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The types of services provided by ITA are typically similar to services provided by regulated telephone utilities; facility based carriers, other common carriers, and resellers of inter-city telecommunications services It includes operation and Maintenance, technical upgrade, engineering, integration, architecture, and information assurance of the infrastructure needed to provide the services. (SOURCE: Pentagon Information Services (PAIS) Charter, 27 FEB 2001) The National Capital Region was created pursuant to the National Capital Planning Act of 1952 (Title 40, U.S.C., Sec. 71). The Act defined the NCR as the District of Columbia; Montgomery and Prince George's Counties of Maryland; Arlington, Fairfax, Loudon, and Prince William Counties of Virginia; and all cities now or here after existing in Maryland or Virginia within the geographic area bounded by the outer boundaries of the combined area of said counties.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/ITA/listing.html)
 
Place of Performance
Address: National Capital Region-District of Columbia; Montgomery and Prince George’s Counties of Maryland; Arlington, Fairfax, Loudon, and Prince William Counties of Virginia; and all cities now or here after existing in Maryland or Virginia within the geographic area bounded by the outer boundaries of the combined area of said counties., United States
 
Record
SN02330856-W 20101121/101119234137-73a6aa9d6b3446fc6e9f5b0aa505b287 (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 |
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.