SOURCES SOUGHT
D -- KENNEDY DATA CENTER SERVICES
- Notice Date
- 5/20/2014
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK14ZES001L
- Response Due
- 6/20/2014
- Archive Date
- 5/20/2015
- Point of Contact
- Jan C. Pirkle, Contract Specialist, Phone 321-867-3429, Fax 321-867-2042, Email Janice.Pirkle-1@ksc.nasa.gov
- E-Mail Address
-
Jan C. Pirkle
(Janice.Pirkle-1@ksc.nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/KSC is hereby soliciting information about potential sources for Kennedy Data Center Services (KDCS). BACKGROUND: KSC is currently in the acquisition strategy development phase for Kennedy Data Center Services. The type of contract award will be fixed priced (FP) with per-unit catalog services. Data Center services are currently provided under an existing contract at KSC which includes approximately 500 server operating systems and associated data storage and recovery infrastructure in two Data Centers managed by the existing IT service provider. Additionally, 1200 server operating systems and associated data storage and recovery infrastructure is distributed among three additional Data Centers and other IT areas that are currently managed by non-IT service contracts, and that are scheduled to close in 2015. KSC is in the process of completing the construction of a new campus Tier III Data Center which will be the consolidation destination for all current and future Data Center services / infrastructure. Operating system distribution is approximately 85% Windows-based and 15% Linux-based. Services are provided to approximately 2,000 NASA Civil Servants and 8,000 contractor personnel. The majority of applications / systems support local KSC users with a smaller percentage supporting a broader Agency user base. CONSIDERATONS:Capability to accommodate Data Center IT infrastructure rapid expansion, scalability, technology innovation, enhancement of existing and the establishment of new services; consideration for large, recurring capital investments versus leasing arrangements; establishment of repeatable, consistent, streamlined and highly reliable services, service levels, and service level agreements; reduction of duplicative and underutilized IT infrastructure; standardization, and automation of policies, processes, procedures, and workflow; accommodation of dynamic Federal, Agency, and local directives for IT governance; utilization of industry standards and best practices (ITIL v.3) to achieve year after year cost reductions and increases in operational efficiency; proven methodology for introduction of rapid hardware integration. SERVICES and SCOPE: On-demand, highly-available, elastic Infrastructure-as-a-Service (IaaS) and housing services defined through a catalog of standard, fixed priced services; operating system-level provisioning and maintenance; FISMA-compliant Information Security management; Continuity of Operations Planning (COOP) and alternate site Disaster Recovery (DR) services; Configuration Management; Asset and Inventory Management; system administration; security administration; data storage; data backup / recovery; IT systems migration planning and execution; IT infrastructure move / add / change management; service capacity management / monitoring. RESPONSE INFORMATION: For purposes of the KDCS RFI, please provide one hard copy of your response, plus one electronic (CD) copy. Interested firms should provide answers/comments to any or all of the following general questions and acquisition specific questions delineated below within the 10 page limitation. Answers which demonstrate clear benefit to performance, schedule and/or cost are of particular value and interest to the Government. The Government is requesting responses to the following: 1. Provide a list of similar contracts of comparable scope, magnitude, and complexity to this acquisition that NASA should consider in developing the procurement strategy and solicitation. Identify the contract number, brief description of scope, contract type, customer, approximate value and number of personnel, Government/Customer Contracting Officer and technical points of contact with telephone numbers and E-mail addresses. Please expand to include any complex issues you have encountered. 2. NASA requires implementation of Information Technology Infrastructure Library (ITIL) V.3 compliant processes in conjunction with this acquisition. Describe how your business has applied the ITIL process to similar efforts, the advantages and disadvantages, as well as any lessons learned. 3. With regard to housing and hosting services, comment on the merits or disadvantages of using government furnished property (e.g., servers, storage devices) versus vendor-provided property. Describe potential approaches whereby industry prices a range of Data Center services in a commodity fashion (i.e., fixed unit pricing). 4. Based upon the contract type, describe the types of information that the Government would need to provide potential offerors in order for them to accurately price such a contact type. Additionally: i) describe objective standards that could be used to measure contractor performance; ii) describe potential methods to incentivize innovations, efficiencies, and cost savings throughout the life of the contract; iii) describe a set of service delivery components that could be banded and priced in such a way to allow for incremental acquisition of these services as additional in scope work is identified. Provide any lessons learned from previous contracts. 5. Describe your companys experiences (e.g. lessons learned) with similar types of efforts and your recommendations for transition of existing data center services to the new contract. Also describe what support would be needed from the Government to affect a successful transition. 6. Describe best practice for transferring hosted services (applications and data) from a legacy data center to a Greenfield Data Center. Describe methodologies for transfer of hosted applications and associated data, and validation in the new environment (e.g. data owner responsibility, Data Center responsibility, etc.); describe issues and lessons learned during transition. Address innovative approaches to ensure minimal risk and customer impact during services transfer. 7. Describe industry experience with moving existing Data Center hardware to a new location in each of two scenarios: a) equipment is provided by the customer (GFE); b) equipment is owned by the service provider (CFE). Also, discuss pros and cons of customer provided property being mandated for use. 8. Describe pros and cons for use of a third-party, centrally-managed service desk and ordering system versus a contractor-provided capability. 9. Describe potential opportunities for corporate investment and how industry would recoup this investment; including innovative approaches where other statutory authorities may be available such as use or lease of Government owned real property. 10. Describe your companys experiences (e.g. lessons learned) with similar types of efforts and your recommendations for coordination with customers and other IT service providers to ensure that services are scoped and scaled appropriately in the catalog of fixed priced services arrangement. 11. Any information used will be on a non-attribution basis. Restrictions that would limit the Governments ability to use the information for these purposes are of limited value to the Government and are discouraged. If proprietary information is provided, all such data shall be appropriately marked on each page. INFORMATION REQUESTED:The preliminary acquisition schedule is provided below, subject to revision as requirements evolve. Draft RFP is tentatively scheduled for release in August 2014, with final RFP release in September 2014, and Contract award in March 2015. NASA invites industry to submit feedback on the stated scope, schedule, technical requirements, and procurement approach by June 20, 2014 by 12:00 noon EST. The feedback should be no more than 10 pages in length. Each 10-page submission shall include responses to questions listed in the following paragraphs. The response format is 8.5" x11", 12- point, Times New Roman font. Contracting Office Address: NASA/John F. Kennedy Space Center, Attn: Jan Pirkle, Procurement OP-ES, Kennedy Space Center, FL 32899 Point of Contact(s): Attn: Jan Pirkle, Code OP-ES, KSC, FL 32899. Phone: (321) 867-3429 Email- janice.c.pirkle@nasa.gov. The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Kennedy Data Center Services (KDCS). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Jan Pirkle at the above address or email no later than June 20, 2014. Please reference NNK14ZES001L in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14ZES001L/listing.html)
- Record
- SN03371774-W 20140522/140520235517-874100bc3947eac3e7b627cb056d3c70 (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 |