Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

D -- Data Center Infrastructure Management (DCIM)

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCGG3-17-PWY079
 
Archive Date
5/11/2017
 
Point of Contact
Brenda E. Oberholzer, Phone: 3044333223
 
E-Mail Address
Brenda.E.Oberholzer@uscg.mil
(Brenda.E.Oberholzer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The Department of Homeland Security (DHS), U.S. Coast Guard C4IT, Operations Systems Center (OSC) located at 408 Coast Guard Drive, Kearneysville, WV, has a requirement for qualified sources to seamlessly integrate with or replace existing customer Data Center Infrastructure Management (DCIM) systems. Project Requirements: The DCIM platform shall be able to connect all existing and established data center equipment, including facility electrical and HVAC infrastructure equipment used to manage the floor's environment, together to show in real time the data center's condition. The platform shall gather and present data in a meaningful way that allows the end user to take necessary action. Users shall be able to monitor the status of the data center, including infrastructure health, configuration and capacity to allow for effective plans of action and resolve problems or optimize performance. The platform shall be able to receive information from the Avocent Universal Management Gateway appliances, which continuously queries and analyzes information it collects from devices and environmental sensors in the data center. The platform shall also be able to receive data from the Avocent PM Series power strips, Liebert floor mounted HVAC and PDU units, emergency electric generators and UPS equipment, and other IP addressed devices. Platform must be able to : • Collect and analyze real-time data for monitoring business-critical infrastructure, environmental conditions and power consumption. • Send alarm notifications via SNMP, SMS and email. • Configure and manage alarm significance based on users priority. • Comply with and measure industry-approved efficiency metrics (PUE and DCIE). • Calculate utility cost (not just consumption) at the system and unit levels that will provide visibility into the energy consumption and use PUE calculations to measure operating efficiencies within the data center. • Provide customizable dashboards to display data center health and efficiency. • Provide an automated mechanism to determine current and future energy needs based on historical usage data. • Track and report on the health of facility-critical devices and provide information on power, cooling and environmental conditions, such as temperature, humidity, airflow and fluid leaks. • Use a customizable workflow management system to install, move, track, and decommission all data center devices. • Collect and monitor IP devices on the network, and all their data points, and report on those efficiently. • Provide a complete change history of all data center assets. • MUST be able to connect with and use the Avocent Universal Management Gateway appliance. • Run on VMWare virtual machines. Microsoft® Windows® 2008, R2 SP1 Enterprise, 64-bit (full installation); or Red Hat® Enterprise Linux® version 6.4, 6.5 or 6.6, 64-bit • Seamlessly integrate with or replace existing customer DCIM systems to include Aperture Vista, SiteScan, DSView, and Rack Power Manage. • Provide insight to current operating state of the complete power system of the data center through on-demand one-line diagrams to allow data center staff to quickly identify and address potential issues and understand overall health. • Allow users to navigate from one-line diagrams to device views, allowing a detailed view of the data center power infrastructure. • Provide dependency/outage reports to allow data center staff to conduct impact assessments for infrastructure maintenance activities. • Create comprehensive downtime reports of cascading power failures by reviewing the historical operation of equipment. • Ensure adequate power capacity of the complete power system is available during planning activities. • Forecast power consumption based on current and historical data. • Map out dependency relationships of IT equipment to the power system; aid in risk assessments and enhance data center team coordination. • Adjust operating loads on equipment based on actual information to maintain service level agreements and increase efficiency. • Evaluate power system utilization through customized dashboards. • Show current temperatures throughout the data center visually, with a real time map of the data center by using temp sensors that are native to the system, or external 3rd party. • Be able to map air flow, track pressure, and predict future airflow movement with possible configuration changes using computational fluid dynamics. • Predict thermal capacity that balances total cooling production with the actual heat load at the room and rack level. • Provide understanding of the true thermal capacity of the data center for planning and redundancy, so as to reduce wasteful overcooling to lower energy cost. • Monitor rack level details and compare the temperature profile and heat load for each rack. • Monitor and set threshold alarms for the service processor temperature inside critical IT devices. • Provide search features to allow data center staff to quickly and efficiently locate data center assets and associated data. • Fast-track device placement, provisioning or decommissioning with help from a comprehensive and unified floor, rack plan and device plan. • Quickly determine what connections exist for a chosen asset. • Allow data center staff to understand exactly what capacities exist within the data center, what has already been used and what is remaining, understanding how the consumption levels rate against pre-applied thresholds. • Document, audit, and update inventory in real-time. Vendor must be able to : • Provide software installation tasks to include assisting with downloading installation files, conducting a pre-installation inspection of the Government's server environment, install platform to the Government's environment and completing a post-installation checklist to ensure the platform was properly installed. • Provide application setup tasks to include configuration of email or SMS, setup user accounts and/or configure LDAP/AD authentication, create user groups and roles, and provide knowledge transfer to the government. • Provide project management services to include but not limited to project kickoff, project close out and support. • Migrate data from existing customer DCIM systems to include Aperture Vista, SiteScan, DSView, and Rack Power Manager. • Provide application training prior to, during and post application installation to ensure that OSC staff are able to operate with limited support. Limited support will be procured via a separate action on an as needed basis. Anticipated Period of Performance: It is anticipated that a firm-fixed-price purchase order for the above requirements (implementation to full operating capability) will be issued with a period of performance not to exceed six (6) months. Annual licensing and maintenance will be procured seperately. Capability Statement/Information Sought: Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 5 pages (12-point font minimum), including all attachments, resumes, charts, cover page/cover letter, etc., that clearly details the ability to perform the aspects of the notice described above. Capability Statement must include an indication of current certified small business status, and clearly marked on the first page of the capability statement, as well as the eligible business concern's name, point of contact, address, and DUNS number. Information Submission Instructions: Please submit the above information through email to Contract Specialist Brenda Oberholzer at Brenda.E.Oberholzer@uscg.mil. Please submit your information as soon as possible but no later than April 26, 2017 at 2:00pm Eastern Standard Time (EDT). All submissions shall reference the following within the subject line of their email: "Sources Sought Response HSCGG3-17-PWY079 - (Insert name of Company)". Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 5 pages (12-point font minimum), including all attachments, resumes, charts, cover page/cover letter, etc., that clearly details the ability to perform the aspects of the notice described above. Capability Statement must include an indication of current business size status/socio-economic status, clearly marked on the first page of the capability statement, as well as the eligible business concern's name, point of contact, address, and DUNS number. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e8a40b61758128f0839c3ff453e482c)
 
Place of Performance
Address: 408 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN04479734-W 20170422/170420235527-0e8a40b61758128f0839c3ff453e482c (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  © 1994-2020, Loren Data Corp.