Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

D -- Disaster Recovery Facility that supports the general support system (GSS) and e-Library systems Disaster Recovery Plans (DRP) and the FERC Continuity of Operations Plan (COOP).

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Federal Energy Regulatory Commission, Office of Finance Accounting and Operations, Division of Procurement, 888 1st Street, N.E., Washington, DC, 20426
 
ZIP Code
20426
 
Solicitation Number
FERC05C50175
 
Response Due
2/11/2005
 
Archive Date
2/26/2005
 
Description
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. FERC05C50175 is issued as a request for proposal and all provisions/clauses are those in effect through FAC 01-25 correction. This solicitation is unrestricted under NAICS number 519190, All Other Information Services, and the size standard is $6,000,000. Statement of Work: 1. INTRODUCTION/OBJECTIVE. The Federal Energy Regulatory Commission (FERC) requires a disaster recovery facility that supports the general support system (GSS) and e-Library systems Disaster Recovery Plans (DRP) and the FERC Continuity of Operations Plan (COOP). The facility must be activated and operational following the declaration of a disaster that disables the primary facility. The facility must be capable of hosting the GSS infrastructure and providing retrieval of documents for the eLibrary system via the internet using current eLibrary web interfaces. 2. BACKGROUND. The GSS provides core computing resources and functionality to FERC?s staff at its Washington D.C. location at 888 1st St., NE. For the purpose of this RFP this includes email, network storage, Active Directory domain structure, and database hosting. The eLibrary system (formerly known as FERRIS) is a database system that manages, stores, and retrieves documents that have been received or issued by the FERC after November 16, 1981, plus a very limited number of older document files and dockets that have been retrofitted into the system. There are currently 2.5 million documents in the system and about 1.6 million files that are referenced in the documents. 3. DESCRIPTION OF EFFORT. 3.1 Technical Requirements. FERC has identified one option for creating a disaster recovery site. Offerors are encouraged to suggest their own interpretation on the selected option and the associated recovery time. A general description follows: Hot Standby. The contractor maintains a secondary site that meets all requirements but data is not synchronized and no traffic is directed to the site. In the event of a disaster data backups must be restored before traffic can be re-directed to the site. Recovery time should be within twelve to twenty-four hours of declaring an emergency. Recovery time would optimally be within twelve to twenty-four hours of declaring an emergency. FERC is primarily concerned with a solution that is affordable and is secondarily concerned with the objective of restoring within an optimal timeframe. Offerors are encouraged to propose solutions that are comparable in cost to Warm Standby (equipment is on-hand or acquisition times are minimal), but innovative in addressing the 24 hour objective. 3.1.1 Infrastructure and Environmental requirements. In order to guarantee availability and support the recovery at a secondary location due to a disaster, certain minimal requirements exist. The facility must not be within a 20 mile radius of the primary site (888 1st St.) and all equipment and all systems listed must have N+1 redundancy. The contractor?s facility must provide the following: Completely redundant and dedicated; 100Mb/s or higher Public Internet access; 100Mb Ethernet switched backbone; The network must be protected by a properly configured, stateful inspection, hardened operating system firewall with intrusion detection. The firewall must also have the ability to create a standard IPSEC 3DES VPN with other firewalls. Preferably a Cisco PIX firewall would be used; Adequate facility security including features such as 24 hour a day manned and video security monitoring of the facility and access to the facility is restricted to facility customers and is verified with a combination of ID check, biometrics and/or a ?man trap?. Access to the FERC equipment shall be further restricted to FERC authorized individuals; The facility must provide redundant A/C power and on site diesel generators with sufficient fuel to last for 2 days with contracts for additional fuel delivery Access to the facility must be possible 24 hours a day 365 days a year to designated, authorized FERC personnel. The facility must be able to maintain a temperature between 62 and 70 degrees Fahrenheit The facility must have a multi-zone fire suppression system To control flooding the facility must be built above sea level, without having equipment located in a basement, and with proper drainage and a moisture detection system Facility must not be located in seismic zones 4 or 3 and must be location specific seismic compliant. Non-structural components and equipment must be anchored and braced in accordance with the requirements of the 1997 Uniform Building Code 3.1.2. Hardware/Technical requirements. In addition to the requirements below, the contractor must have the ability to restore data from the following media types; DLT, SDLT, DAT, DLT4 and 12? 30GB Optical WORM (for FileNet). 3.1.2.1 GSS. The GSS can be broken down into several distinct components including; Exchange 2000, Active Directory, Network Storage, and database hosting. Each of these components has their own technical design and hardware requirements. Exchange 2000 is used by FERC to provide email functionality for its staff. The system currently consists of 1,063 mailboxes with a total private storage totaling 133GB. In the event of a disaster these mailboxes must be accessible from a remote location via the Internet using POP3, MAPI, and HTTP. Security can be assured by creating a site to site VPN from the remote location to the DR facility. When the disaster occurs, the entire current mailbox content will be restored to the secondary facility?s Exchange system. When the disaster has passed and the system is being transitioned back to the primary facility all current content from the secondary facility will be imported. To provide minimal functionality the system must have the following specifications: Intel Dual 2.7 GHz, 3GB Ram, and 200GB storage. FERC?s Active Directory infrastructure is required to provide authentication services as well as support the Exchange 2000 system. Overall the AD system has approximately 5,000 objects, 100 organization units and 11 domain controllers. During a disaster a VPN must be in place with the proper ports open to the remote location to allow authentication and communication with the AD domain controllers. At a minimum two domain controllers will be required with the following specifications: Intel Single 2.7 GHz, 2GB Ram, and 40GB storage. Network storage must be made available via Windows network shares and provide a total 3TB of space. Client systems must be able to access their data during the disaster utilizing the site to site VPN. For remote users, a SharePoint Portal server will be used to provide secure web access to files in the network storage system. The SharePoint server needs to have the following specifications: Single 2.4Ghz, 1GB Ram, and 40GB of storage. Additionally some users and regional offices will utilize a VPN client to connect through the secondary facility firewall to allow access to files and applications. FERC has many online programs that depend on the functionality of their database systems. All database systems are currently hosted on the Windows 2000 platform and consist of thirteen SQL 7.0, and four SQL 2000 databases with a combined total of 145GB of data. The secondary facility will need to have two servers, one for each type of database system. The SQL 2000 server needs to have a Single 2.4Ghz, 1GB Ram, and 140GB of storage. The SQL 7.0 server should have a Single 2.4Ghz, 2GB Ram, and 160GB storage. 3.1.2.2 eLibrary. There are three servers that are required for minimal operation of the eLibrary system, the web server, Verity server, and FileNet/Oracle server. Each of these systems must meet or exceed the specifications of the current systems and the applications that are to be installed on them. In addition to these requirements each system must have access to a shared super DLT320 tape drive or its own in order to facilitate the restoration of data from the primary site. Each system must be of sufficiently small form factor so as not to incur additional costs due to space requirements in the cabinet. Each system must also utilize RAID 1 or 5 in achieving the required drive space. The web server must be a rack mountable Pentium single processor 2.4 GHz or higher with 2GB of RAM. This system will be running Windows 2000, fully patched with sufficient virus protection. Additionally it must have at least 2GB of free hard drive space not including the operating system. The Verity server must be a rack mountable dual processor Pentium 3GHz or higher with 2GB of RAM. This system should be running Windows 2000 server, fully patched with sufficient virus protection. Additionally it must have at least 90GB of free hard drive space not including the operating system. The FileNet/Oracle server must be a rack mountable dual processor 64bit 1.2 GHz or higher with 2 GB of RAM. This system should be running AIX 5.2. It must also have at least 1.2TB of internal or external storage available not including the operating system to load the optical disks into cache. The FileNet system must have a direct connection to an optical jukebox with a 12? 30GB drive to facilitate loading of the FileNet cache to the hard drive or the ongoing access to 40 optical platters for document retrieval. 3.1.3 Software requirements. 3.1.3.1 GSS. The following commercial software must be installed and maintained for minimal operational status of the GSS. All software will be provided by FERC. Microsoft Exchange 2000 Windows 2000 Server Oracle Relational Database Management System (RDBMS) version 81 Microsoft SQL 7.0 Microsoft SQL 2000 SharePoint Portal Server 2003 3.1.3.2 eLibrary. The following commercial software must be installed and maintained for minimal operational status of the eLibrary system. All software will be provided by FERC. Oracle Relational Database Management System (RDBMS) version 9i AIX 5.2 FileNet Panagon Image Services 4.0 FileNet Web Services Verity K2 Search Engine 4.0.1 AccuSoft NetVue 3.8 Informatix TiffDLL50 PKWare PKZip Microsoft Windows 2000 Server, service pack 4 3.1.4 Resource requirements. The contractor?s staff must have the necessary skills to support the GSS and eLibrary system in the case of a disaster. These shall include: AIX administration and support Exchange 2000 administration and support SQL 7.0/2000 DBA Oracle DBA Windows administration and support Network infrastructure administration and support SharePoint administration and support The contractor should also have trained and certified personnel to provide FileNet Image Services administration and support. FileNet is an integral technology in the eLibrary application and experience with it will insure a successful recovery of the system. A partnership with FileNet would be preferred since this indicates a level of experience and commitment to FileNet technologies. 4. DELIVERABLES. 4.1 Initial test plan and test results after each test. 4.2 Updated test plan to include lessons learned after each test. 4.3 Monthly monitoring reports. 5. PERIOD OF PERFORMANCE. The period of performance will be a two year base period with an additional two year option period. The anticipated award date is March 1, 2005. All systems must be in place and ready to undergo a disaster recovery test within 60 days of contract award. 6. PRICE PROPOSAL: Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(6): The price proposal shall be completely separate from the technical proposal. Offerors must break out pricing as follows: 6.1 Fixed price for Implementation and testing of the GSS and eLibrary system at contractor site to include the required hardware. Pricing should be separate for the GSS and eLibrary system. 6.2 Fixed price for monthly hosting of each system during non-disaster conditions. 6.3 Fixed price for annual disaster recovery testing to ensure plan functionality. 6.4 Fixed price for activation of disaster recovery site as well as a reoccurring cost based on the length of disaster site usage. The proposed price shall provide supporting documentation to justify the prices offered. Offerors should provide pricing based on a 2 year period of performance as well as discounted pricing based on a 4 year contract. The pricing proposal and all supporting documentation must reflect prices offered for (a) Years 1 and 2 (period of performance 2 years), (b) Years 3 and 4 (option period 2 years) and (c) a summary of all 4 years. Addendum to FAR 52.212-1 SUBPARAGRAPH (c): The offeror agrees to hold the prices in its offer firm for 90 calendar days. All offerors and subcontractors will complete and submit with their price proposals, the Provision at FAR 52.212.3, Offeror Representations and Certifications ? Commercial Items (MAY 2004). Provision FAR 52.212-3 can be found at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Disaster Recovery Facility (RFP No. FERC05C50125). 7. SELECTION CRITERIA. Provision 52.212-2, Evaluation-Commercial Items (Jan 1999), applies. Addendum to FAR 52.212-2 SUBPARAGRAPH, (a) Technical Proposal: SELECTION CRITERIA. Selection will be based upon the following criteria: Datacenter Facility and Infrastructure and Environmental Requirements (40 points) - The proposal must show that the offeror operates or establishes operations through a partnership or subcontractor relationship, a datacenter facility and possess the necessary infrastructure to meet the ?Infrastructure and Environmental? requirements in section 3.1.1. Provide information on the Network hosting facility and location. Prior to an award FERC may elect to perform a site visit to the facility. Staff (20 points) - The proposal must provide a list of the proposed support team and their qualifications and skills as outlined in section 3.1.4. Past Performance (20 points) - The offeror and each subcontractor proposed must each select three hosting customer references of similar scope and size to submit a Contractor Past-Performance Evaluation. A copy of the Contractor Past Performance Evaluation form to be completed by the Offeror?s references can be found at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Disaster Recovery Facility (RFP No. FERC05C50125). The Offeror will be responsible and ensure that the completed references are submitted with the technical proposal. Offerors should also notify the references that FERC may be contacting them regarding the past performance information. Disaster Recovery Time (20 points) ? The proposal must discuss how the disaster recovery time will meet the timeframe outline in section 3.1. Addendum to FAR 52.212-2 SUBGRAPH (a): Technical and past performance, when combined are more important than price. However, the award shall be made to the offeror whose proposal is determined to best meet the needs of the Government after consideration of all factors, i.e., provides the ?best value?. ?Best value? for the purposes of the contract is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis between technical and price factors. FAR Provision 52.212-1, Instructions to Offerors-Commercial (Jan 2004), applies. Addendum to FAR 52.212-1 SUBPARAGRAPH (b): It is our intent to evaluate based on initial proposals. Offerors shall submit 2 copies of their price and 4 copies of their technical proposal, signed by an official authorized to bind the offeror, to FERC, ATTN: C. Handley, Division of Procurement, 888 1st St., NE, Washington, DC 20426 no later than 1:00 PM local time, February 11, 2005. All questions shall be submitted to charlotte.handley@ferc.gov. Answers will be posted at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Disaster Recovery Facility (RFP No. FERC05C50125). Questions must be received no later than February 4, 2005. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003) applies. Clause 52.212-4 can be found at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Disaster Recovery Facility (RFP No. FERC05C50125). Addendum to FAR 52.212-4: 1. 52.252-2 Clauses Incorporated By Reference (FEB 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. All FAR Provisions/Clauses can be found in full text at http://www.acqnet.gov/far/. Clauses are as follows: 52.204-4 Printed or Copies Double-Sided on Recycled Paper; 52.204-7 Central Contractor Registration; 52.217-8 Option to Extend Services. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies. Clause 52.212-5 can be found at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Disaster Recovery Facility (RFP No. FERC05C50125). Addendum to FAR 52.212-5: The following clauses are incorporated by reference: 52.203-6 with A1 Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.239-1 Privacy or Security Safeguards.
 
Record
SN00743774-W 20050203/050201212400 (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.