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