Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1999 PSA#2290

GSA, FTS, 819 Taylor St. (7ZRE), Fort Worth, TX 76102-6105

D -- TIVOLI EMS INSTALLATION AND INTEGRATION, FORT SAM HOUSTON, TEXAS SOL 7TF-99-0013 DUE 031099 POC Dorothy M. "Shan" Clark, 817-978-3984 E-MAIL: Dorothy M. "Shan" Clark, Contracting Officer, shan.clark@ga.gov. 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-99-0013 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-8!! 17(iv). This is a full and open procurement under SIC 7373!! 17(v). There are several contract requirements. REQUIREMENTS LISTED UNDER 17(vi)!! 17(vi). Description: The purpose of this Request for Proposal is to acquire the following: The General Services Administration (GSA) is soliciting competitive quotations to meet the requirements of the Information Technology Business Center, Fort Sam Houston, Texas, as set forth in the enclosed Statement of Work (SOW). Your proposal should include the following: a. A statement that your company understands the requirements specified in the Statement of Work; b. A statement that your company is capable of performing the SOW requirements; A statement that the work required is within the scope of your GSA Federal Supply Schedule contract; d. Your GSA Federal Supply Schedule contract number. If partnering, please provide all pertinent company names and contract numbers; e. A price proposal specifying whether proposed pricing is level of effort or fixed price. Your proposal must also demonstrate the rationale used to develop pricing. Items which should be addressed include: Skill mix, number of hours per skill level, hourly rates and Other Direct Costs (ODCs). Please do not round figures. If subcontracting is proposed, you must correlate subcontractor labor to skill levels awarded in your schedule contract. Those hourly rates may not exceed your awarded schedule hourly rates. ODCs must bespecifically allowed by your GSA Federal Supply Schedule contract. If ODCs are proposed, you must include a breakout of those costs. Any equipment (hardware, software, etc.) purchases must be supported by market research in accordance with Federal procurement regulations. In accordance with procurement regulations, open market ODCs over $25,000 may not be procured without synopsizing. This does not include travel and other task-related supplies. I will need a tax identification number, DUNS number and remittance address to award any delivery order(s) resulting from this Request for Proposal. 1.0 REQUIRING AGENCY. U.S. ARMY, INFORMATION TECHNOLOGY BUSINESS CENTER (ITBC); 2108th 9th Street, Building 4190 Mail Stop 5; FORT SAM HOUSTON, TX 78234-5005 2.0 WORK REQUIREMENTS. 1.0. Objective: The Fort Sam Houston MEDCOM Information Technology Business Center (ITBC) has been tasked with providing installation and integration of a Tivoli Enterprise Management System (TIVOLI EMS) which includes consolidation of servers located on Fort Sam Houston (FSH), Texas to include Greenway Plaza, Energy Plaza, Camp Bullis and Camp Stanley. Target completion date is 30 November 1999. 1.1. The contractor shall plan, design, test and implement a Tivoli EMS for the Fort Sam Houston Network, which include facilities not geographically located on FSH, as required. The Government is looking for a complete turnkey solution. 1.2. All servers shall be engineered and installed, to consolidate approximately 100 distributed servers operated and maintained by the Fort Sam Houston ITBC. The contract shall propose a 36-month lease for all servers. 2.0. Specific Tasks: 2.1. The TIVOLI EMS shall provide the capability to fully manage the Fort Sam Houston Network, to include the cable, network electronics (hubs, routers, switches), servers and desktop computers. This task includes design of the Tivoli EMS, proof of design and implementation upon acceptance of the design. The contractor shall identify each phase and provide an acceptable timeline for completion, using a cost breakdown by activity. The implementation shall include knowledge transfer and recommend process re-engineering to institute best practices. Kick off meeting shall take place 5 days after receipt of order (ARO). 2.2. The TIVOLI EMS shall provide the following capabilities: 2.2.1. Management of Desktop Computers: The contractor shall identify, procure, test, and implement the capability for the remote management of the existing 4,500 desktop computers and 1,000 networked printers. This shall include recommending and enforcing desktop standards in accordance with best business practices. Proposed Tivoli EMS desktop management solution shall be scalable to support a potential increase of desktops to 7,000. The desktop systems are generally Intel based, from a 486 to the latest available hardware platform. The Operating Systems range from MS DOS 6.x/Windows 3.x to Microsoft Windows NT/40. The Tivoli EMS shall include but is not limited to auto discovery of desktop systems, software metering, remote distribution/removal (push & pull) of software packages, inventory of hardware and software, configuration management of hardware and software, remote control of the system by authorized ITBC personnel, and automatic opening of trouble tickets when a customer identified problem occurs. 2.2.2. Management of Servers: The contractor shall identify, procure, test, and implement the capability to remotely manage 75 servers. The servers running Microsoft Windows NT 4.0 are/shall be Intel based Pentium II systems. Systems running Unix are vendor based systems which include, but are not limited to HP, Sun Systems, IBM, Silicon Graphics and Digital. This management capability shall include but not be limited to auto discovery of servers, software distribution, performance monitoring of hardware and software, automation reaction and opening of trouble tickets with escalation when identified problems occur, hardware and software configuration management, disk usage management and remote control. 2.2.3. Monitoring and Management of Network: Monitoring and Management of the network/network electronics will be done utilizing government furnished (GFE) HP OpenView Network Node Manager, version 4.X. The contractor shall integrate this current capability with the Tivoli EMS, test and implement the capability for the management of up to 4,000 network equipment nodes. The network equipment includes but is not limited to the following vendor equipment: (1) Cisco (2) Cabletron (3) 3Com, (4) Ungermann Bass (5) Synoptics (6) New Bridge (7) Ascent. The lowest level of network monitoring and management shall utilize auto discovery, be SNMP based, with identified thresholds and automated response set, and automatic opening of Remedy trouble tickets with escalation. The configuration management will include the capability of remotely troubleshooting, changing operating parameters, configuring ports and connections, rebooting and shutting the equipment down. 2.2.4. User Account Management: The contractor shall identify, procure, test, and implement the capability for the centralized management of 4,500 user accounts with a potential increase to 7,000. The user management shall include but is not limited to implementation of a centralized, single point (application) to provide ITBC personnel the capability of issuing user IDs and required permissions for access to all Fort Sam Houston ITBC controlled Systems. 2.2.5. Help Desk: The contractor shall advise on the implementation of (GFE) Remedy Action Request System (ARS) and integrate the Tivoli EMS with Remedy ARS functions and processes. The integration shall include the capability of the Tivoli EMS software to open trouble tickets/work orders based on ITBC identified thresholds, page identified personnel if required, escalate the trouble ticket based on ITBC identified requirements and support future implementation of Service Level Agreements. Remedy Software and licenses shall be (GFE). 2.2.6. Replacement or Integration with existing tools: Fort Sam Houston ITBC is currently using the following tools: (1) New Bridge Vivid Management Station (2) HP OpenView Net Metrics (3) HP OpenView Network Node Manager (4) Ungermann Bass Net Director (5) Cabletron Spectrum Element Manager (6) Microsoft System Management Server (SMS) (7) HP OpenView Professional (8) HP OpenView Desktop Administrator (DTA) (9) HP OpenView Expose (10) HP OpenView ManageX (11) Symantec PC Anywhere (12) CiscoWorks, version 4.1. The contractor shall integrate these tools. 2.2.7. Training: The contractor shall provide classroom and on the job training for ITBC personnel for the various functions of the recommended solution. In each of the following categories, formal classroom training will not be for more than 3 ITBC personnel at any given time, excluding on the job training. It is preferred that formal classroom training be conducted locally to offset government travel expenses. This training shall consist of: 2.2.7.1. Technician Training: This shall be for the desktop support Technicians. This training shall train sufficient ITBC personnel in the use of the Desktop management capability and Help Desk application. Proposed minimum of one (1) week in length. 2.2.7.2. System Administrator Training: This shall be for System Administrators. The contractor shall train sufficient ITBC personnel in the use of the Server/User management capabilities. Proposed minimum of two (2) weeks in length. 2.2.7.3. Network Technician Training: This shall be for the Network Technicians. The contractor shall train sufficient ITBC personnel in the use of the network monitoring and management capabilities. Proposed minimum of two (2) weeks in length. 2.2.8. Knowledge Transfer: Any additional information or abilities required by the ITBC personnel to operate and maintain the Tivoli EMS shall be provided through On-the-Job knowledge transfer between contractor and ITBC personnel. 3.0. Server consolidation: Enterprise class servers are required to replace the existing workgroup servers. The 36 month lease for servers will includehardware and software maintenance and upgrades for the life of the lease. 3.1. General information for each server: 3.1.1. Server capability shall be equally split between two locations. Each location has an existing computer room with sufficient buffered power and environmental controls. Location one is Building 2840 (Army Medical Department (AMEDD) Center & School) and location two is Building 4190 (ITBC). 3.1.2. Operating system (OS) shall be Microsoft NT 4.0 Enterprise version, Service Pack 4 with current Hot Fixes, NT Resource Kit, Norton Anti Virus version 5, Tivoli EMS server management client, and backup software client. License and software for the NT Resource Kit and Anti Virus software shall be Government Furnished Software (GFS). OS shall be placed on a RAID I configured drive space that is separated from the application and data. 3.1.3. All equipment shall be mounted in vendor supplied 19" equipment racks. 3.1.4. Uninterruptable Power Supplies (UPS) shall be rack mounted and vendor supplied as needed. UPS shall be SNMP manageable as a minimum. 3.1.5. One rack mounted monitor, keyboard, mouse and console switching device shall be vendor supplied for Building 4190 location and one for Building 2840 location. The console shall be capable of operating all servers deployed at either given location. 3.1.6. As a minimum, the network connectivity provided should be Network Interface Card(s) (NIC) that will provide two (2) 10/100mb connections with load sharing and redundancy in each server. 3.1.7. All servers shall be latest technology available, to include backplane and processors. Processors shall be a minimum processor speed of 400Mhz. 3.1.8. Hard drives shall be a minimum of 9GB, hot swappable, 10,000RPM, with 10MB transfer rate. 3.2. Specific information on the minimum required servers: 3.2.1. Data servers: Dual processors with the option to upgrade to a minimum of quad (4) processors, 1GB RAM, a combined total of 600GB hard drive, with the option to upgrade 1200GB total combined space in the future; drives configured with spare hot swappable RAID 5, with the OS on separate RAID I configured drives. 3.2.2. Application Servers: Dual processors with the option to upgrade to a minimum quad (4) processors; minimum of 1GB RAM, 18GB data hard drive storage space, drives configured with spare hot swappable, RAID 5, with the OS on separate RAID I configured drives. 3.2.3. Internet Server: Dual processors with the option to upgrade to quad processors, 1GB RAM, 30GB data hard drive storage space, drives configured with spare hot swappable, RAID 5, with the OS on separate RAID I configured drives. 3.2.4. Intranet Server: Dual processors with the option to upgrade to quad processors, 1GB RAM, 30GB data hard drive storage space, drives configured with spare hot swappable, RAID 5, with the OS on separate RAID I configured drives. 3.2.5. Primary Domain Controller: Dual processors with the option to upgrade to quad processors, 1GB RAM, hard drive(s) in RAID I configuration for installation of OS. 3.2.6. DLT Tape Libraries and controlling servers: Servers and software to be configured to back up data servers, application servers, Internet/Intranet servers, SQL servers and MS Exchange servers. OS to be placed on a separate RAID I configured drive. 4.0. Special Requirements: 4.1. Proof of design: The contractor shall show proof of design for the Tivoli EMS through a pilot implementation utilizing 10% of total desktop Systems, servers and network electronics. This pilot shall last a minimum of 30 days, not to exceed 45 days. 4.1.1. Return on Investment: Contractor shall provide an estimated return on investment (ROI) for the ITBC. This ROI shall detail the estimated savings to be gained by the server consolidation and Tivoli EMS implementation. The contractor shall determine the ROI based on current resources and projected savings. 4.2. ITBC Oversight: The ITBC shall provide oversight for the design and pilot. The ITBC shall also have oversight in the implementation of the recommended solution to ensurethat the ITBC standards are maintained. 4.3. Quality Control: The ITBC shall provide the final quality control check before all work is accepted. A list of discrepancies shall be provided to the contractor and must be corrected before acceptance of the system is authorized. 4.4. Travel & ODC's: Shall be identified and included as a cost component of the total turnkey proposal. 4.5. Security: Access to classified information is not required; therefore, no security clearances are required. Access to information subject to the provisions of the Privacy Act is required when troubleshooting operational site software and providing customer support. Contractor personnel will take steps to safeguard and prevent disclosure of any such information. 5.0. Special Instructions/Requirements: 5.1. Invoicing (recurring services): Billing will be accomplished on a monthly basis. The monthly rate will encompass all hours performed and all ODC/Travel costs incurred during the billing period. Invoices for recurring services will include a statement from the authorized Client Representative or Alternate that labor, travel and ODC costs billed during the billing period is acceptable. 5.2. Other. The Contractor shall notify the Client Representative or designated Alternate if, in its opinion, the cost to perform directed work exceed the value of the delivery order, or if the work is outside the scope of this delivery order. The Government will make the final determination on these issues. 5.3. The requested hardware or software identified for procurement shall meet or exceed the specifications identified in the Department of the Army Enterprise Pamphlet Version 4.5, dated 12 November 1996, and conforms with the Y2K compliance specifications identified in the current IMA Architecture. All hardware and software will be approved by the Information Technology Business Center prior to releasing ADP assets over to the operational control of the customer.!! 17(vii). Period of performance is no later than Date of Award through November 30, 1999. Place of Delivery and Acceptance is: U.S. Army Information Technology and Business Center, Fort Sam Houston, Texas. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals!! 17(x). Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 1998) with its offer!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (OCT 1998), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(3)52.219-8, (b)(7)52.222-26,(b)(8)52.222-35,(b)(9)52.222-36,(b)(10)52.222-37, (b)(16)(i)52.225-21.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Date of Award through November 30, 1999.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers (one original) must be submitted to GSA, 7T-1, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Dorothy M. "Shan" Clark, Contracting Officer at or before 4:30 p.m.(CST), March 10, 1999!! 17(xvii). Contact Dorothy M. "Shan" Clark at 817/978-3984.!! **** Posted 02/23/99 (W-SN301597). (0054)

Loren Data Corp. http://www.ld.com (SYN# 0028 19990225\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page