Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOURCES SOUGHT

70 -- Request For Information - Software for Mainframe Disaster Recovery Needs

Notice Date
1/31/2006
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFI-06-1007
 
Response Due
2/14/2006
 
Archive Date
3/1/2006
 
Description
The Social Security Administration (SSA) is currently doing market research for software products to meet IBM zSeries mainframe disaster recovery needs. SSA is seeking products to meet the following capabilities as described below: The software product needs to minimizes data loss and service outage time in the event of a disaster by logging database system update information in real-time at another site. The product should also duplicate log or journal data and other recovery information at an alternate site and can use that data to recover databases to within seconds of the disaster. Any product must perform the following functions: (1)Collect log or journal data and associated recovery information as it is created by an IBM zSeries Mainframe. (2)Transmit the collected data immediately via an SNA/VTAM or TCP/IP communication links to another host IBM zSeries Mainframe. (3)Handle any temporary loss of communications link by buffering the collected log or journal data on a disk spill file. When communications are re-established, send the buffered data and resynchronizes operations with the receiving site. (4)Detect and recover automatically from a system failure at either the sending site or the receiving site by identifying, retrieving, and transmitting log data that may otherwise have been lost by the failure. (5)Save transmitted data at the receiving site, first to disk and then to designated archives. (6)Support the following DBMS types: DB2, CA-IDMS and the following log-producing middleware: CICS and CICS TransactionServer, MQ Series and VSAM Additionally, any equivalent product must: (1)Require no changes to applications. (2)Send log or journal data to the receiving site with no added I/O overhead. (3)Use standard operator commands and responses with user specified routing and descriptor codes. (4)Support software duplexing of control and data files. (5)Automatically reformat log data to enable automated data shadowing and to reduce disaster recovery time. (6)Use dynamic disk space allocation for flexibility and adaptability. (7)Use MVS cross-memory services to efficiently acquire log or journal data from database management systems. (8)Use standard logging exits if provided by DBMS, and provide a user-exit for logical record filtering. (9)Be sysplex enabled and support n-way data sharing in DB2. The software product should accomplish the following features: The capability to restore critical CICS VSAM files to a point in time less than one hour from failure. Either the software should have the capability to duplicate the critical datasets to remote mirrored DASD or periodic remote backups that could be recovered with CICS log data containing all updates since the last backup. A software solution should require minimal overhead to CPU, DASD, storage or bandwidth. Transmission of this data must be compatible with the current SSA supported network protocols. This software should include the following features: (1)Logs updates made to datasets by Batch applications, therefore allowing recovery of VSAM data from both Batch and CICS updates. (2)Allow for quick recovery when a CICS batch update job either ABENDS or is run in error. (3)Recover updates from log records that reside on either the log streams written to by CICS/Batch or copies of the log streams. (4)Provide the capability to restore the VSAM file and perform forward recover using the CICS logs. The software product should capture updates to the primary DB2 databases in real-time. The capture process should generate negligible overhead and cause little to no degradation in DB2 response times. The software will then need to transmit these updates via a standard networking protocol to a remote location. Once the updates are received at the remote location, the software will need to apply these updates to a second copy of the database on a continual basis. The ultimate goal of the product is to give SSA the ability to switch dynamically from the primary copy of the database to the secondary copy in the event of a disaster, providing continuous availability of the DB2 data. The software product should capture updates to the primary IDMS databases in real-time. This software should accomplish the following: (1)Continuously apply updates to the shadow database, using journal data transmitted by a standard networking protocol to a remote location. (2)Facilitates a transfer of processing to the shadow environment within seconds, delivering the highest possible level of availability to your user community. (3)Uses only a fraction of the computer resources required at the primary site. (4)Requires no changes to application software. (5)Provides a distributed fault-tolerant capability, which can be employed in a wide variety of scenarios, from hardware and software failure to major disasters. Any firm that feels they have the capability of providing a product should respond, in writing, within 15 days of this notice. Responses must be specific as to the product proposed and must include detailed specifications to support said claims. Vendors may submit pricing data. This is NOT a request for proposal and the Government does not intend to pay for information submitted. The Government will not award a contract based on responses received; however, SSA will use this information to assess capable sources. SSA will NOT provide acknowledgement of responses received. Submittal of information ELECTRONICALLY is preferred and faxed information will NOT be accepted. All questions should be submitted by E-MAIL ONLY to the Contract Specialist listed as point of contact for the RFI posting; NO phone calls will be accepted. If mailed, responses must be addressed to the following office: Social Security Administration Office of Acquisition and Grants Attention: Patrice M. Coleman 7111 Security Boulevard Baltimore, Maryland 21235. ALL Responses should refer to Synopsis Number SSA-RFI-06-1007.
 
Place of Performance
Address: Social Security Administration, 6401 Security Blvd, Baltimore, MD
Zip Code: 21235
Country: USA
 
Record
SN00977721-W 20060202/060131215504 (fbodaily.com)
 
Source
FedBizOpps 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.