Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1999 PSA#2298

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 031599 POC Dorothy M. E-MAIL: Dorothy M., shan.clark@gsa.gov. The following are responses to questions regarding the above-numbered solicitation. The date for receipt of proposals is extended to 4:30 P.M., Central Standard Time, March 15, 1999. Question 1. What is the number of enterprise servers that will eventually replace the 100 distributed servers operated and maintained by the Fort Sam Houston ITBC? The Government expects the contractor to propose an appropriate number consistent with their technical solution. Is it 75? Not necessarily -- see answer above. What is the approximate breakdown amongst the specified enterprise servers like Data, Application, Internet, Intranet, etc? The Government expects the contractor to propose an engineering solution (breakdown) consistent with industry standards. i.e., a certain type of server supports a certain number of users. Question 2. Is the contractor required to migrate all existing applications and custom scripts from the existing distributed servers to the new enterprise servers? No. The contractor is expected to install and make operational the enterprise servers as well as load server software. Question 3. Is there an architectural design that illustrates the load balancing amongst the new enterprise servers, showing both a projected physical and logical location? No. Question 4. What is the current hardware platform that HP OpenView is running on (UNIX, NT)? Is NIS being used? HP open view currently operates on a HP9725 (HPVX Version 10.1). NIS is not used. Question 5. Will the two locations (Building 2840 and Building 4190) split the EMS responsibility or will they act as fully redundant centers? EMS responsibility will be resident in Bldg. 4190. If they split the management, what is the anticipated distribution of managed nodes-based on region or sites? No split-see answer above. What is the availability of the EMS, will a failover capability be required amongst some of the tools like HP OpenView? No. Question 6. Is it anticipated that the enterprise servers function as TMRs and if so, will they be interconnected (one-way or two- way)? Tivoli Managed Region. Fort Sam has no plans at this time, they have a Web server; however, there is a possibility that they could function as TMR in the future.. Question 7. Will DNS server(s)-primary and backup, be setup prior to EMS integration or will that also be included as one of the tasks? DNS servers are set up and operational now. How many PDC's and BDC's presently exist and will consolidation of those be required? About 10 BDC's and 7 PDC's exist; Fort Sam personnel are undertaking consolidation and so will not be required of the contractor for this task order. Question 8. What types of monitors are used for the desktop systems? A 17" SVGA is the standard monitor. Question 9. Will Tivoli's TEC be used for Event Management? The Government expects the contractor to propose/recommend the products appropriate to their technical solution. Question 10. Will Tivoli 3.6 be implemented? The Government expects the contractor to propose the latest version of Tivoli. Question 11. Will Microsoft's SMS remain in place for certain areas of systems management, or will Tivoli modules replace SMS in parts or all together? The Government expects the contractor's solution to replace SMS in total. Question 12. Is there a standard hardware/software configuration for each data, application, internet, intranet, primary domain controller, etc. enterprise server? The contractor should propose a standard configuration appropriate to their technical solution. Question 13. Should HP NNM 6.0 be integrated as part of the EMS solution as opposed to NNM 4.x? Yes. Question 14. What are the current version of the tools listed in 2.2.6, for example, New Bridge Vivid Management Station, HP OpenView Netmetrix, Ungermann Bass Net Director, etc.? Will any of these tools need to be updated to the most recent version? Except for New Bridge, Cabletron, and Ungermann Bass, tools will need to be updated. Question 15. Will training of technicians, system administrators, and network technicians take place at each phased delivery/milestone? Or, will the training take place at the completion of the entire project? A placid approach is preferable, but the Government will consider other training strategies proposed by a contractor. Question 16. What backup/recovery software will be used for the EMS suite of tools? The Government expects the contractor to propose the appropriate software consistent with their solution. Question 17. What database software will be used on the enterprise class servers, MS SQL, Oracle? No database software is planned for enterprise server use. Question 18. Will all the EMS tools need to be integrated as part of the pilot? Does the 10% reflect approximately 10 servers and 400 desktops? Yes. Ten servers and 400 desktops are acceptable as a pilot. Question 19. Will firewall technology (CheckPoint or Trusted Information Systems) be integrated into the overall EMS solution? Firewall technology is not planned as part of this effort. Question 20. Are there any planned network upgrades, technology migrations, WAN links, etc. that may affect the EMS delivery schedule? An ATM network upgrade is planned, but currently unfunded. Therefore, EMS schedule will not be impacted. Question 21. Does the work have to be done at the client site? Can the tools be staged at a remote facility and then integrated on the client site over a specified period of time? Due to the limitations of the network connection into Fort Sam, the contractor should plan to work at the client site. Question 22. How many users are anticipated to use the EMS simultaneously? Approximately 10-15 users may use EMS simultaneously. Question 23. Is there a preferred vendor of choice (i.e., Dell, Hewlett Packard) for the enterprise class servers? The Government has no preference. Question 24. Do Tivoli and any other EMS tools need to be purchased by the contractor? The contractor is required to provide Tivoli, EMS tools and any other software consistent with their solution. Question 25. When is the expected date of award? Award willbe made following the evaluation process, which is dependent upon the number of proposals submitted, need for clarification, etc. There is no specific award date targeted. Question 26. Is all Tivoli to be GFE? See response to Question 24, above. Question 27. In sections 2.2.1, 2.2.2, and 2.2.4 the RFP uses the word, "procure." If all Tivoli software is GFE, what is the Government expecting to be procured? See response to Question 24, above. Question 28. In section 5.1, the invoice is to include hours worked and travel expenses yet this is to be a firm, fixed price contract, where milestone payments are made and costs are not usually disclosed? Is this to be Firm, Fixed Price as stated, or Time and Materials as indicated by Section 5.1? The Government expects to award a Firm, Fixed Price contract. Question 29. Is the 36-month lease cost for the servers to be proposed as a separate number from the FFP cost of the Tivoli integration work since leasing infers recurring monthly charges? If not, then how should the lease be shown under FFP, given that the work is to end by 30 November, 1999? The contractor should show sufficient detail in their cost proposal to allow evaluation of their fixed price offer. As such, the Government expects sto see the server lease cost(s) identified separately. The contractor may propose a payment schedule for the Government's consideration. However, the server lease cost is expected to be invoiced and paid in euqal monthly installments over 36 months. Question 30. Will the Government provide RDBMS software for Tivoli or is it to be vendor-provided? What is the preferrred RDBMS? The Government expects the contractor to offer RDBMS software appropriate to their solution. The Government has no preference. Question 31. Paragraph e. of the solicitation specifies level of effort or firm, fixed price and in Paragraph 17(xiii), a firm, fixed price only option is provided. Please clarify. See answer to Question 28, above. Question 32. The number of servers to consolidate from/to is unclear. What number of servers will be required for the lease? Has the Government determined the number of servers to consolidate or is it the contractor's responsibility to recommend the proper number of servers based on the system/network assessments to be performed? See response to Question 1, above. Question 33. What information will be provided for all equipment (servers, etc.); quantities, configurations and applications in order to determine the level of effort to price FFP? The Government has identified sufficient detail in the Statement of Work to allow for firm fixed price. Question 34. The purpose of the pilot environment is unclear. What parameters are required for the pilot based on the products to be procured and consolidation to be completed? The contractor may propose the pilot's parameters which will serve as a proof of concept. Question 35. Item 1.2 states, "All servers shall be engineered and installed to consolidate approximately 100 distributed servers operated and maintained by the Fort Sam Houston ITBC. The contractor shall propose a 36-month lease for all servers." Item 2.2.2 states, "Management of servers: The contractor shall identify, procure, test and implement the capability to remotely manage 75 servers." What is the correct number of servers for the lease? See response to Question 1, above. Question 36. Is the Tivoli EMS software going to be purchased or is it part of the lease? The contractor may propose either. Fort Sam Houston qualifies as an acredited educational institution and contractors should investigate possible manufacturer discounts in either case. Question 37. Are there any follow-on or continuous services required beyond the installation period? The Government does not expect services beyond the installation period, except for monthly lease costs. Question 38. What is the network operating system? Current DOD standard is Microsoft NT, and Unix is required. Question 39. What is the client operating system? Please see Section 2.2.1 of the Statement of Work. Question 40. What is the correct number of Tivoli EMS client software required? 4500 scalable to 7000. Question 41. What is the correct number of Tivoli EMS server software required? The Government estimates 75. Question 42. Item 3.2.1 through 3.2.6 describes different server uses and different configuration. What is the quantity needed for each item? The quantity should be proposed by the contractor with their technical solution to the Statement of Work. Question 43. Page 1, introductory section. The FAR Circular 97-8 references section 12 and 19, but not Section 17. Where may we find this section? All FAR references may be found at the website http://farsite.hill.afb.mil. Question 44. What is your definition of a complete turnkey solution? The contractor will provide all services, software, and hardware to meet the objectives and requirements of the Statement of Work. Question 45. Paragraph 1.1: What are the completion criteria and acceptance criteria for the "complete turnkey solution?" The contractor may propose completion and acceptance criteria consistent with their technical solution. Question 46. Paragraph 2.1: Cables are not manageable items. Would you agree to removing this requirement, or to permit an exemption? A contractor may propose assumptions, conditions, or exceptions in their proposal. The Government will evaluate the contractor's proposal based upon the criteria identified in the solicitation. For now, cables are required. Question 47. If the systems are not Intel-based, what are they? Some UNIX and OS2. Question 48 Para 2.2.3: What is the level of integration desired? Para 2.2.3: Are the networking components at current firmware levels? Are they all SNMP-manageable in their current state? See answer to Question #14 above. Question 49. Para 2.2.4: Please clarify the extent of "all Fort Sam Houston ITBC controlled systems." The SOW identifies sufficient detail for these systems. A more specific question is needed if more specific information is sought. Question 50. Para 2.2.7: Will the Government provide the space and GFE for training? The Government expects the contractor to propose a training strategy with assumptions, if appropriate. Question 51. Para 2.2.7: How many training classes need to be conducted for each type of training? How many people need to be trained for each type of training? The Government expects the contractor to propose a training strategy consistent with their technical solution. The Government expects X to Y individual will require each type of training. Question 52. Para 3.2.1: Are there any cache requirements for the servers? See Question 1, above, based on server utilization. Question 53. Para 3.2.1: What are the requirements for the capacities of individual disk drives or RAID drives? They must be able to back up the system without interruption of service. Question 54. Para 4.2: How is "oversight" defined? Is there a single point of contact with the authority to sign off on acceptance? Oversight is monitoring contractor activity/progress to ensure ITBC standards are maintained. The client representative or alternate may sign acceptance. Question 55. Will DIICOE be followed for server selection? To be addressed in the planning process after award. Question 56. In the Description section, bullet (e) suggests that Time & Materials for the proposal is acceptable. Yet, the last paragraph of the document seems to say that "A firm fixed-price definite quantity, definite delivery contract will be awarded." Are we required to respond with a bid for Fixed Price or are bids specifying Time and Materials acceptable? The Government is soliciting a Firm Fixed Price proposal. Question 57. Will the Government provide a single point of contact for the project? The SOW identifies the Client Representative and alternates responsible for this project. Question 58. We are hesitant to provide for fixed-priced quotation without full knowledge about the client's environment. Therefore, we would like to ask Government for extension with possible pre-bid conference and site survey. The Government will allow an extension to 3/15/99 and will also allow for a one day site survey and pre bid conference. Please contact Joe Eason at 210-472-5050 to schedule an appointment during the week of March 8-12, 1999. Question 59. We need to understand ITBC's definition of server consolidation, i.e., is this a complete turnkey solution in moving applications from approximately 100 existing servers into several new high performance servers? See question #2. Question 60. If the answer to Question 58 is affirmative, we need know the physical capacity of each server, the applications on each server, and roles each of these servers play in the enterprise. See question #1. Question 61. Is ITBC taking the responsibility for all 2YK issues in this consolidation? Fort Sam will be responsible for Y2K compliance only on existing equipment. Posted 03/05/99 (W-SN305679). (0064)

Loren Data Corp. http://www.ld.com (SYN# 0047 19990309\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page