Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,2000 PSA#2662

Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279

70 -- PERFORMANCE EVALUATION OF NETWORK SESSION LAYER AND LINK LAYER SOL SSA-RFQ-00-8030 DUE 083100 POC Leslie Hyman, Contract Specialist, Phone 4109659476, Fax 4109659560, Email leslie.hyman@ssa.gov -- Wanda Owens, Contract Specialist, Phone 4109658095, Fax 4109659560, Email wanda.owens@ssa.gov WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=SSA-RFQ-00-8030&LocID=2422. E-MAIL: Leslie Hyman, leslie.hyman@ssa.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation is issued as a Request for Quotation (RFQ) in accordance with Federal Acquisition Regulation. The SIC is 7371 and the Business Size Standard is 18M. The following provisions that are in effect through Federal Acquisition Circular 97-18 are incorporated by reference: 52.212-1 Instruction to Offers, 52-212-2 Evaluation, 52.212-3 Offeror Representations and Certifications, 52-212-4 Contract Term and Conditions, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The Social Security Administration is in the process of redesigning it_s physical Wide Area Network. When MCI becomes SSA_s WAN provider, several major changes will take place. Bridges are being replaced with CISCO routers/switches. Frame-Relay will be implemented. Also, the front-end processors will be migrated out of SSA_s backbone environment once the current configuration of high-speed lines are replaced with ATM and frame-relay services. This modification to SSA_s physical network necessitates the re-architecture of SSA_s logical network transport services. In order for the current mainframe-based applications to adequately be supported in the new physical network environment, SSA must implement the High Performance Routing (HPR) feature of Advanced Peer-To-Peer Networking (APPN). HPR will enable SSA_s to upgrade its infrastructure as proposed in the MCI FTS2001 proposals by providing a seamless transition to the users of all SNA-based applications (i.e., 3270, APPC). In addition, HPR/APPN will maximize the scalability and reliability of channel-attached router implementation and minimize the cost of SSA_s total network. However, before migrating to HPR/APPN, an in-depth evaluation of SSA_s existing network session flows must be performed. This evaluation will enable the ensuing HPR/APPN network to be designed with properly tuned network parameters, correctly-sized CISCO routers, and will enable a smooth transition for SSA_s network user community when switching over to the state-of-the-art CISCO switched network. Licensing of the Optimization Guard Layer 2 is to be made available for all NCPs (approximately 70) and Optimization Guard Layer 5 is to be made available for all VTAMs (approximately 20). The ability to evaluate network flows through these two products must be made available for the duration of the evaluation period as well as thereafter for the use by SSA technicians. REQUIREMENTS: SSA_s Office of Telecommunications and Systems Operations (OTSO), Division of Network Engineering (DNE) requires the services of skilled network software integrators experienced with migrating large, complex SNA networks, comparable in size to SSANET, to High Performance Routing/Advanced Peer-to-Peer Networking technology. In addition, these technicians must be skilled in evaluating and tuning VTAM session data flows and session parameters by examining VTAM_s logical layer 2 and layer 5. Layer 5, or _session layer_ evaluation will provide insight into the current session requirements of SSA_s large-volume network. For example, scrutiny of session RU sizes, Send/Receive-window sizes, and session transmission priorities will help to identify current/potential network bottlenecks. Layer 2, or _link layer_ evaluation is also crucial due to the large number of _switched nodes_ used in SSA_s network, currently numbering more than 90,000. Switched node data flows on the link layer will be evaluated, and data flow parameters will be examined to ensure that SSANET is in compliance with established data flow rules. Segment sizes will be checked, a full-duplex usage study will be done to ensure that bandwidth is being fully used and not wasted, and the layer 2 window sizes will be studied to allow faster throughput. Traffic bandwidth requirements in the FTS2001 network will be more optimally defined. Also, the proper buffer utilization and cycle requirements will be determined. DNE requires that an expert work onsite at the National Computer Center with DNE technicians to provide the appropriate support for the installation and customization of OG/Layer 2 on all NCPs, and OG/Layer 5 on all VTAMs, within the SSA network. After completing the onsite effort of installation and customization, a final effort is expected whereby offsite analysis is performed, based on the data collected by OG/Layer 2 & 5 products, and recommendations for changes to SSA systems are documented. SKILL LEVEL: Technical expertise offered must include: Implementation of HPR/APPN in a Parallel Sysplex environment; Configuration of routers, VTAM, IOCP gens and ESCON directors; Experience evaluating large scale networks such as SSANET; Migration to an HPR/APPN environment linked with switches/routers from an environment supported with Front-End Processors; Implementation of DLU Requester/Server over CIPs between SNA Switching equipment in the network (DLUR) and VTAM (DLUS); Optimization using Net-Q_s Optimization Guard Layer5 and Layer2 products. Resource: A Senior Network Engineer is required and an estimate of 120 hours is anticipated. TIME FRAME The technical support services, as described herein, will be in conjunction with the implementation schedule of SSA_s APPN network migration. It is anticipated that services will be required within a period not to exceed 3 weeks from the award of this request for services. Only the Project Officer or the designated representative is authorized to direct contractor performance. Any deviations or additional work required shall only be authorized by the Contracting Officer as cited in this order, and shall only be authorized in writing. SSA anticipates a firm-fixed price award. Interested vendors are invited to submit their written quotation that includes their price, capability statement, 3 references (contact person and phone number) in writing 20 days from the date of this publication. All mail must be labeled SSA-RFQ-00-8030, Attn: Leslie Hyman. Posted 08/09/00 (D-SN483961). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0296 20000811\70-0017.SOL)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |


Created on August 9, 2000 by Loren Data Corp. -- info@ld.com