Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

D -- Processor Capacity Services (PCS) Z Series Chipset Contract

Notice Date
6/17/2024 12:33:57 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
842469957
 
Response Due
7/10/2024 1:00:00 PM
 
Archive Date
07/25/2024
 
Point of Contact
David C. Long, Phone: 6184186218, Lori M. Dall, Phone: 6184186487
 
E-Mail Address
david.c.long20.civ@mail.mil, lori.m.dall.civ@mail.mil
(david.c.long20.civ@mail.mil, lori.m.dall.civ@mail.mil)
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses and large businesses (including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman-Owned Small Businesses) to provide the required products and/or services. The DISA Mainframe Line of Business (HaC, J9, HC31) is seeking information from potential sources for the Processor Capacity Services (PCS) Z Series Chipset. The specific area of focus is the hardware, the Linux operating software, technical services, and operational control required to deliver to the Government the flexibility to meet the requirements of security, availability, scalability, and modernization of the processor infrastructure. The hardware/chipset required to deliver processor capability: IBM System Z (IBM z/OS, IBM z/VM, Red Hat Enterprise Linux, SUSE Linux Enterprise Server). The service provider shall deliver a reliable, responsive, and cost-effective processor capabilities for Government-approved locations. The optimal solution should result in a dynamically scalable processor capability using an on-demand service approach that will readily adjust to changes, both increases and decreases in processor requirements, and is priced on a utility (as-used) basis for the total lifecycle of the contract. This utility concept requires that the contractor provide all assets needed for the managed service. These assets include hardware, software, software maintenance and licensing, and all associated design capabilities, logistical services, field maintenance, and systems engineering. The Service provider must provide essential managed services to support the successful deployment and ongoing operation of provided solutions. These services should be focused on monitoring, incident response and software change management. Change management will typically be performed quarterly. The Managed Services include, but are not limited to the following major elements: �Perform startup and shutdown �Monitoring, Incident Response and Problem Management� Patch/Change Management � Capacity Planning and Reporting Managed services will adapt services and deployment as appropriate for the SIPR network. The Government will maintain day-to-day operational control of the processing environment and complete oversight responsibility. This operational control includes the installation of all software updates after the initial delivery. All operating system software, and all other software required for the contractor�s solution to operate, including software maintenance and licensing shall be included under this contract. It is expected that the service provider will share operational responsibility with the Government as a capacity services provider performs in the commercial marketplace. DISA will maintain governance over the totality of the processing environment. The anticipated award will be during Fiscal Year 2026. The Period of Performance will be a five (5) year base period with five (5), one (1) year renewal options for a total lifecycle of ten (10) years. The anticipated Place of Performance is: � Columbus, OH: DISA Columbus, 3990 East Broad St., Bldg. 23, Columbus, OH 43213 � Fort Meade, MD: DISA Fort Meade, 6906 Cooper Avenue, Fort Meade, MD 20755 � Mechanicsburg, PA: DISA Mechanicsburg, Bldg. 308 North End, 5450 Carlisle Pike, Mechanicsburg, PA 17050-0975 � Ogden, UT: DISA Ogden, 7879 Wardleigh Road, Bldg. 891, Hill AFB, UT 84056-5996 � Industrial Blvd., Bldg. 3900, Tinker AFB, Oklahoma City, OK 73145-3064 � San Antonio, TX: DISA San Antonio, 3326 General Hudnell Dr, San Antonio, TX 78226-2023 DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC102818D0042 Contract Vehicle: Open Market Incumbent and their size: Amentum Services, Inc., Large Business Method of previous acquisition: Full and Open Competition via FedBizOps in 2015, PL83220013 (now SAM.gov) Period of performance: April 2018 � September 2027 REQUIRED CAPABILITIES: For this Sources Sought announcement, the technical requirements are provided in Attachment 1. Review Technical Requirements, Attachment 1, when addressing the items below. IT Equipment Rack Standard Attachment 2, and Power Accessories for IT Racks Attachment 3 are provided for additional reference. 1) DISA's objective is to provide a dynamically scalable processor capability to its mission partners utilizing an on-demand service approach, for new equipment, that can adjust to changes in processing and throughput requirements while maintaining a high level of availability and preventing data loss in the event of component failure(s). Describe and provide an example of your company�s experience providing solutions that are highly available (minimum 99.95% up to 99.999% availability) and readily scalable to adjust to increases and decreases in required processor capability. 2) The objective of the Processor Capacity Services (PCS) Z Series Chipset Contract is to obtain reliable, responsive, and cost-effective processor capacity services that is priced on a utility (as used) basis. Describe and provide an example of your company�s experience providing on-demand, highly scalable, nondisruptive solutions that are deployed and priced on a utility (as-used) basis. 3) DISA must continue to adapt to an ever-changing DoD mission which includes deployment of processor capability to Government locations where DISA has or may acquire an operational responsibility. The Contractor must have the ability to install, operate and maintain their processor solution at Government-approved locations where DISA may acquire an operational responsibility. Locations may increase or decrease depending on DISA mission requirements. Describe and provide an example of your company�s experience to deploy, install, operate, and maintain processing capability at current and potential sites in CONUS. 4) DISA provides processing services to existing and future Government customers. Describe and provide an example of your company�s technical abilities in providing Government customers with processing services for a variety of applications. 5) The contractor shall provide all preventive maintenance, predictive maintenance, and OEM remedial maintenance on all hardware operating as part of the solution. The solution shall include the contractor�s ability to schedule and perform maintenance with no disruption to production operating environment. Describe and provide an example of your company�s experience in providing preventive, predictive, and OEM remedial maintenance for processor capacity services to provide and maintain high performance and availability without disrupting the production operating environment. SPECIAL REQUIREMENTS: Must have a Secret Facility Clearance. Please provide your current Facility Clearance level. SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 541519 with the corresponding size standard of $34M. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering. Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Small Business Socio-economic status (if small); 4) CAGE Code; 5) Prime contract vehicles; to include ENCORE III, SETI, NIH CIO-SP4, NASA SEWP V, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SIN(s), groups or pools), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and businesses with a valid cage that lack prime contract vehicles are still encouraged to respond to this notice.) Businesses who wish to respond must send a response via email NLT 4:00 PM Eastern Daylight Time (EDT) on July 10, 2024, to Contracting Officer Lori Dall, lori.m.dall.civ@mail.mil or Contract Specialist David Long, david.c.long20.civ@mail.mil.Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than five pages) demonstrating the ability to perform the services listed under Required Capabilities. 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. All submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5a26898e39346eaa113ede4525545d0/view)
 
Record
SN07100063-F 20240619/240617230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.