Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

D -- OCS DISASTER RECOVERY SERVICES

Notice Date
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Commerce Information Technology Solutions, 1401 Constitution Avenue, N.W. Room 6514, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
SA130105RQ0047
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Description
OCS DISASTER RECOVERY SERVICES Description: This is a combined synopsis/solicitation for commercial items issued under the Test Program at FAR Subpart 13.5, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation or Request for Quote (RFQ) and will follow simplified acquisition procedures. Responses are requested pursuant to this announcement. All responses shall reference Solicitation SA1301-05-RQ-0047. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 01-15, as if stated in full text, as well as the terms and conditions of FAR 52-212-1. As a result of this solicitation, the Department of Commerce (DOC), Office of the Secretary, anticipates awarding a firm fixed price contract. SECTION B - PRICING AND LENGTH OF CONTRACT Base Year ? October 1, 2005 to September 30, 2006 Quantity Unit Cost Total CLIN 0001 Disaster Recovery Services 1 Year _______ CLIN 0002 Real Time Options 1 Year _______ PRICE LIST OF EQUIPMENT Option Year I ? October 1, 2006 to September 30, 2007 CLIN 1001 Disaster Recovery Services 1 Year _______ CLIN 1002 Real Time Options 1 Year _______ PRICE LIST OF EQUIPMENT Option Year II ? October 1, 2007 to September 30, 2008 CLIN 2001 Disaster Recovery Services 1 Year _______ CLIN 2002 Real Time Options 1 Year _______ PRICE LIST OF EQUIPMENT Option Year III ? October 1, 2008 to September 30, 2009 CLIN 3001 Disaster Recovery Services 1 Year _______ CLIN 3002 Real Time Options 1 Year _______ PRICE LIST OF EQUIPMENT Option Year IV ? October 1, 2009 to September 30, 2010 CLIN 4001 Disaster Recovery Services 1 Year _______ CLIN 4002 Real Time Options 1 Year _______ PRICE LIST OF EQUIPMENT SECTION C ? DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C.1 INTRODUCTION C.1.1. Background This statement of work is for a BACKUP DISASTER RECOVERY SITE for the U.S. Department of Commerce (DOC), Office of the Secretary, Office of the Chief Information Officer, Office of Computer Services (OCS). The Office of Computer Services (OCS) has years of experience providing IT hardware and software infrastructure support services; originally as the Departmental computer center for DOC and now, as a government franchise. OCS? synergistic approach to combining IT services with common administrative information system offerings has resulted in a growing and diversified product, service, and customer set. OCS currently provides infrastructure and operational support for IBM mainframes, a Sun Solaris, and Windows servers. Our diverse platforms are interconnected utilizing state-of-the-art telecommunication equipment and protocols including but not limited to CISCO routers, network hubs, modems, SNA, frame relay, and TCP/IP. The computer center is staffed and operated 24 hours per day, Monday through Friday, and 16 hours on Saturday. The remaining (4) shifts are an unattended operations environment. The workload is heavy and unpredictable, and hundreds of users? daily productivity depends upon system availability, rapid interactive response, and fast batch turnaround times. The mission of OCS is to operate a central Enterprise IT resource facility to support the Office of the Secretary, DOC Bureaus, and other federal agencies. These services include, but are not limited to: on-line and real-time interactive processing; batch processing; teleprocessing services and systems for textual (word) processing; data conversion and entry, and technical data base management and interactive program development. Virtually all of the projects that contribute to the customer?s missions make use of information technology resources provided by OCS. It is the responsibility of OCS to provide the ongoing support that is essential to these projects in the event of a disaster affecting the OCS supported infrastructure. C.2 PURPOSE AND SCOPE OF CONTRACT C.2.1 Purpose of Contract The purpose of this procurement is to acquire disaster recovery services that will enable OCS to continue its computer processing in case of an emergency or disaster. This contract shall be for one year with four option years. An emergency or a disaster is defined as any event, whether natural or man-made, such as: fire, power failure, water damage, bombing, natural disaster, errant hardware/software, etc., which would hamper or stop the critical processing directly related to OCS? overall mission. The determination that an emergency or disaster exists, and its extent, will be at the sole discretion of OCS. However, OCS will not use the backup site to process excess workload regardless of the nature of the work or its importance. C.2.2 Scope of Contract The Offeror shall furnish, as required, the equipment, site location, power, office space, and other Offeror support services required for the support of all items supplied under this contract. Such equipment, site location, power, office space, and other Offeror support services shall be supplied in conformance with the terms and conditions of this contract. The location of the backup site shall be at least 75 air miles and not more than 300 air miles from the OCS Computer Center located in Springfield, Virginia. C.3 MANDATORY SPECIFICATIONS The following paragraphs prescribe mandatory specifications as well as the performance, functional, compatibility, physical, and other salient characteristics, which are essential to satisfy the Government?s needs. These specific requirements for equipment, site location, power, office space, and other services shall be complied with in responding to this solicitation. The Offeror shall provide an affirmative response to each of these requirements. Negative responses to any of these requirements shall indicate that the Offeror cannot fulfill the requirements of the Government, and shall be determined to be non-compliant. Real-time Options (C.4) are not mandatory and failure to response to these requirements will not determine an offer to be non-compliant. C.3.1 Specific Equipment Requirements. PROVIDE PRICE LIST OF EQUIPMENT. The minimum hardware configuration, which shall be made available to OCS at the backup site, within 8 hours of notification of an emergency or a disaster are: 70 - 3.0 MHz Dual Processor or greater Intel servers 4GB RAM 292GB disk space or greater, 2 fast Ethernet ports 1 - 3.0 MHz Dual Processor or greater Intel server 4GB RAM 292GB disk space or greater 6 Network interfaces 1- 3.0 MHz Dual Processor or greater Intel server 4GB RAM 292GB disk space or greater 50 port serial interface with 50 asynchronous modems 1 - SDLT 320 Tape Drive Sun Fire V1280 Server with: 8 ? 1.2 GHz UltraSPARC III CPU?s w/8 MB cache 16 GB Memory 1 ? Floppy Drive Internal 1 ? DVD ROM Internal 2 ? 73 GB RPM Ultra3 SCSI Disks (Internal) 2 ? Gigabit Ethernet ports Solaris 9/04 OS (Cluster Installed to Developer Level) 2 ? Host Bus PCI Adapters: 1 - Qlogic QLA2342-E-SP DASD Access 1 - PCI DUAL ULTRA SCSI HBA for Tape Drive Access 1 ? Sun StorageEdge L8 Desktop Autoloader w/1 SDLT320 LVD SCSI drive 1 ? Console w/VT emulation capability to the RJ45 Serial Interface on the V1280 IBM or compatible mainframe with 580 MIPS, 8GB of storage and 2 OSA Gigabit Express adapters. This mainframe capacity must be compatible with our IBM 9672 R56 and Z/890-120 mainframes. IBM?s Virtual Machine (VM) operating system must be provided. Vendor to provide VM mapping of OCS hardware addresses to vendor hardware addresses. OCS intends to IPL 3 guest hosts in this environment. 1,500 Gigabytes of EMC Symmetrix 8830 Mirrored Storage with 12 ESCON channels to the IBM 9672 S/390 R56 and 500 Gigabytes to the Sun Solaris V1280 platform with 2 fibre channels 16 ?STK 9840 Tape Subsystem Cartridge Drive/Addresses 4 ? STK 9490 type equivalent/compatible (3490) Xerox DP96 or equivalent/compatible capable of loading OCS? Xerox software with QIC tape drive IBM 3174 compatible terminal controller available to each guest host. 3270 terminal requirement shall include a minimum of one master console, one operator?s console, and two TSO terminals in the command center, and one operator?s console in the tape drive center. This requirement is for each guest host with only two guest hosts being active at one time. 1 ? CISCO 6006 router with 16M Memory, 20M Flash Memory, with 100 Ethernet and 8 Fast Serial Interface Processor with 4 separate segments. Must be capable of loading OCS Cisco configuration from backup disk via Trivial File Transfer Protocol (TFTP). C.3.2. Specific Communications Processor Requirements The minimum communications configuration made available to OCS from the Offeror for testing and disaster recovery shall be: 1 ? Cisco router with 1-8 port serial interface and 1-ESCON interface accessible via the IBM guest hosts. This router must support the Cisco IBM protocols. C.3.2.1 Telecommunications Requirements Offeror shall provide support for 1 customer provided T-1 to the hot site facility. This support shall include point of presence at recovery site; space for OCS provided CSU/DSU and Cisco 2600 series router. Connectivity shall be provided from this equipment to the contracted Cisco border router at the hot site for both testing and disaster declaration. Offeror shall provide T-1 speed network connectivity solution from the Commerce headquarters building in Washington, D.C. to the hot site. This link will be utilized to connect the Commerce TCP/IP network to the hot site network. An OCS-owned Cisco 2600 series router with a serial port is in place at this location to support this link. Offeror shall provide T-1 speed Internet access with Web Redirect. This access is to be provided at the contracted Cisco border router. Offeror shall provide 50 telephone lines to support the 50 modems specified in the Intel requirement. Access to all telecommunications links must be provided to any vendor provided hot site that OCS uses for testing or disaster declaration. Network 1 ? Cisco router with 8 fast Ethernet ports and 8 high speed serial ports. This device will be used as the border router at the hot site. Network switches to provide fast Ethernet connectivity for all Intel and Sun servers and Gigabit connectivity to the mainframe OSA. Network configuration will consist of 6 network segments. Specific location information (address, building, room number) shall be provided upon award of contract. C.3.2.2 Compatibility The mainframe equipment shall be compatible with the existing IBM 9672 R56 and IBM Z/890-120 and their channel interfaces. The equipment must also be compatible with IBM OS390 Version 2.10, Z/OS Version 1.4. Equipment shall be compatible with new IBM operating system versions as they become available. The Cisco routers shall be compatible with the existing Cisco Catalyst 6006 border router and the Cisco 7206 VXR utilized as the mainframe Front End Processor (FEP). The Cisco router must be capable of running the current versions of the Cisco IOS. The Intel severs shall be compatible with the existing Dell 2650 dual processor servers. The equipment shall support Windows 2000 and 2003 standard editions and terminal server editions. The equipment shall be compatible with new versions of the Windows operating system as they become available. C.3.4 Miscellaneous Requirements Appropriate program management and technical staff support, including VM Mainframe technical support, to address questions, troubleshoot problems, and take care of logistical arrangements within the facility. This support is to be provided in connection with any tests and any declared disasters. Disaster Recovery Services Test Time - 72 consecutive hours, or optionally 96 hours used in two separate tests - Additional 8 hour Block Two network drops with Internet access in both the mainframe recovery room and the Intel recovery room are required. These will be used to allow Internet access for OCS provided laptops. A vendor provided Windows workstation with Internet access along with 3270 access to the vendor supplied 3174 type controller is required in the mainframe recovery room. C.3.5 Time/Space Requirements Once OCS has declared an emergency or disaster, the backup site shall be available within 12 hours. The configuration identified in C.3.1 shall be available to OCS on a dedicated basis for a minimum of 6 weeks. The Offeror shall include an option to extend the offsite availability period up to an additional 3 months if OCS? new or renovated site is not ready for occupancy. A minimum of 400 square feet of dedicated and securable office space must be made available for OCS personnel during an emergency. Secure, conditioned storage space for 50 3590 type magnetic cartridges, in a tape rack, shall be required if the disaster plan is implemented. C.3.6 Offsite Testing Facilities, resources, and support services will be provided to support dedicated recovery plan testing at the backup site. The minimum requirement is for one test per year. Seventy-two consecutive hours (3 days) of dedicated recovery plan testing per year shall be made available for this purpose. The test period would need to occur during the timeframe of Monday?Thursday. The dates shall be agreed upon by the Offeror and OCS. As an option, the government requires a total of ninety-six hours of test time, consisting of two tests, one every 6 months consisting of two days each (Monday through Thursday). C.3.7 Disaster Recovery Plan The Offeror shall have a disaster recovery plan for the backup site that is acceptable to OCS. The plan shall show how the Offeror would facilitate timely and successful resumption of OCS? computer processing functions in the case of a disaster. The Offeror shall show how he would accommodate OCS in the event of a long-term outage. This plan shall be updated annually to accommodate changes in OCS equipment. C.3.8 The Offeror shall submit their cost proposals for the first year and four option years based on the equipment listed in C.3.1 and C.3.2. Also, the Offeror shall provide a comprehensive plan on billing algorithms to be used for adding or deleting equipment based on OCS? capacity requirements. C.3.9 Site Location The location of the backup site shall be at least 75 air miles and not more than 300 air miles from the OCS computer center location in Springfield, VA. C.4 Real Time Options (Not Mandatory) The offeror is to propose the option for providing real-time mirroring of OCS data, with the data to be available within 1 hour of disaster. OCS data would be switched over to the hot-site using an EMC 8830 with 4 terabytes of usable storage. INSTRUCTION TO OFFERORS: All offerors must submit the following past performance, technical, and price information with their quotation. EVALUATION CRITERIA 1. Corporate resources - Evidence that the offeror has the corporate resources and facilities that are necessary to meet the requirement as described in the RFP. 2. Past Performance - Proposal demonstrates the relevancy and success in past performance efforts of similar scope, size, and complexity in accordance with the RFP. 3. Proposed resources and management approach - Proposed resources and approach that the offeror will commit to the contract are appropriate to meet the requirement as described in the RFP and demonstrates the offeror's ability to adequately manage the contract. 4. Understanding the requirement - The offeror's proposal demonstrates a complete understanding of the requirement as described in the RFP. 5. Price/Cost BEST VALUE FOR AWARD A contract will be awarded to the responsible offeror whose quote is the most advantageous to the Government for past performance, technical factors, and cost. Importance is in descending order with the most important factor first. Although technical factors are considered paramount to price, the closer the technical scores, the more important price becomes. Accordingly, the Government may issue a contract to other than the lowest priced offer, or other than the offer with the highest evaluation rating. The Government reserves the right to make the best value award. Primary Point of Contact regarding this solicitation is Kathleen Penny at 202-482-6436, Email kpenny@doc.gov, Fax 202-501-8122. Alternate Point of Contact is Joan Hanicak. 1. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (Oct 2003) 10 2. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2005) 13 3. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003) 17 2. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2005) THIS CLAUSE IS INCORPORATED BY REFERENCE AND IMPLEMENTS THE FOLLOWING SECTIONS: XX (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). XX (23) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). XX (32) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). THIS CAR CLAUSE BY REFERENCE: 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003) SEE CAR CLAUSE IN WEBSITE: http://oamweb.osec.doc.gov/CAPPS_car.html
 
Record
SN00817520-W 20050529/050528093052 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.