Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
MODIFICATION

D -- NWS Telecommunication Gateway

Notice Date
3/9/2004
 
Notice Type
Modification
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NWSTG000000032004
 
Response Due
3/22/2004
 
Archive Date
3/22/2004
 
Point of Contact
Jenista Featherstone, Contracts Specialist, Phone 301-713-0828 x184, Fax 301-713-0809,
 
E-Mail Address
Jenista.M.Featherstone@noaa.gov
 
Description
THIS IS TO PROVIDE NOTICE THAT FREQUENTLY ASKED QUESTIONS (FAQs) WILL BE POSTED AGAINST THIS REQUEST FOR INFORMATION. IT IS REQUESTED THAT ALL INTERESTED PARTIES TO PERIODICALLY VIEW THE ANNOUNCEMENT FOR ADDITIONAL FAQs THROUGH 22 MARCH 2004. The Department of Commerce, National Weather Service (NWS), Office of the Chief Information Officer (OCIO), within the National Oceanic and Atmospheric Administration (NOAA), is posting this Request for Information (RFI) announcement because the NWS anticipates acquiring a number of server platforms for the NWS Telecommunication Gateway (NWSTG) Backup System currently under development at the NWS Telecommunication Operation Center in Silver Spring, Maryland. The total number of servers acquired will be determined by the capacity and capability of the units selected. The servers will functionally replicate approximately thirty five (35) IBM RS/6000 UNIX (AIX) servers of varying age, capacity, and capability that comprise the operational infrastructure of the Gateway Server Center (GSC), a subset of the NWSTG. Functional replication of all applications currently operating on GSC servers is essential to the implementation of the NWSTG Backup System and thereby essential for NWS to achieve critical infrastructure protection. NWS OCIO is seeking varied concepts and innovative approaches to achieve functional replication of the GSC servers. The proposed solutions must support without modification all of the GSC software applications currently executed under the AIX (V4.3/V5.1) operating system as well as currently implemented COTS application to include AFS, IBM EdgeServer, and Sybase. Flexibility through server consolidation and dynamic resource allocation, partitioning, scalability, reliability through fault avoidance, and compactness are also necessary attributes for the optimal solution. A complete list of the current servers that must be functionally replicated is attached as Appendix A. The proposed solution must provide equivalent or better aggregate performance for the servers listed. In order to fulfill the objective of acquiring the servers in FY2004, NWS OCIO will utilize established GSA schedules and/or other Government Wide Acquisition Contracts (GWAC) as appropriate. One of the principal outcomes of RFI responses will be to ensure that all viable technical approaches are considered. NWS OCIO will consider input received in response to this RFI as it continues to develop its acquisition strategy to take into account viable acquisition alternatives. NWS OCIO may conduct one-on-one communications in an effort to benefit fully from industry responses to this RFI. In addition to using the information provided by vendors to assist us in our acquisition strategy, NWS OCIO may also use the information to determine which vendors do not appear to be viable candidates for the eventual acquisition award. However, if those vendors choose to remain in the competition and later submit proposals, the Team will not be prejudiced by its initial determination. Any vendor that requests, will receive a written or oral explanation of the Team's initial determination as it pertains to that vendor. It is not the Government's intent to disclose vendor proprietary information and trade secrets to the public. The information submitted by vendors during the pre-solicitation period may be used by the Government in preparing its acquisition strategy provided this can be done without disclosing proprietary vendor information that is protected from disclosure pursuant to the Freedom of Information Act and other laws and regulations. Interested vendors should respond in writing to the following topics: (a) A description of a proposed hardware configuration that provides computational capability and network throughput equivalent to the servers listed in Appendix A. The description must address how the proposed system will meet NWSTG Backup GSC performance requirements. (b) A description of the support services which will be provided to install, configure, and maintain the NWSTG Backup GSC. (c) A description of the vendor's qualifications for providing the NWSTG Backup GSC (including the extent of subcontracting) and past experience in providing and supporting relevant server systems. (d) Section 508 compliance information on all proposed systems (e) Product warranty and maintenance support availability (f) Statement addressing software compatibility issues given that the proposed solutions must support without modification all GSC software applications developed for and currently executing under the AIX (V4.3/V5.1) operating system as well as currently implemented COTS applications to include AFS, IBM EdgeServer, and Sybase. Interested parties may also submit comments or suggestions in addition to or in lieu of a written approach. Those comments are welcome, but will not be considered an approach for the purpose of advising vendors as to their viability as candidates for the planned competition. For the comments/suggestion submission, the vendor is encouraged to provide any comments or recommendations it may have on technology, acquisition strategy, contractual mechanism or other issues that would assist the Team in accomplishing the acquisition. Vendors responding should provide a point-of-contact, including: representative's name, email address, mailing address, and telephone number. Written submissions in response to this RFI should not exceed ten (10) pages (including charts and graphs). Please submit digital copies to the Contracting Officer (William.Voitk@noaa.gov) in either WordPerfect or Word formats. Benchmark results should be summarized in an attachment to the written RFI response, not to exceed four pages. It is requested for responses to be received by 4:00 PM Eastern Standard Time on Monday, March 22, 2004. Responses should be addressed to the Department of Commerce/National Oceanic and Atmospheric Administration, Acquisition Management Division, 1305 East West Highway, SSMC4, Room 7504, Silver Spring, Maryland 20910 Attn: Jenista M. Featherstone. Further information may be obtained by contacting Jenista M. Featherstone at (301) 713-0828 x184, Fax (301) 713-0809, E-Mail at Jenista.M.Featherstone@noaa.gov. See Note 26. Note: Vendors need not respond to this RFI as a prerequisite for participating in the acquisition.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/Reference-Number-NWSTG000000032004/listing.html)
 
Place of Performance
Address: Department of Commerce, NWS/OCIO 1325 East West Highway SSMC2 Silver Spring, MD
Zip Code: 20910
Country: USA
 
Record
SN00540880-F 20040311/040309230303 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.