Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
MODIFICATION

99 -- HRD UNIX Server replacement

Notice Date
2/14/2006
 
Notice Type
Modification
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0002-5320-0002AA
 
Response Due
2/21/2006
 
Archive Date
3/8/2006
 
Point of Contact
Kimberly Callard, Contract Specialist, Phone 703 696 3858, Fax 703 696 4164,
 
E-Mail Address
kimberly.callard@whs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Additional answers to questions: 1. The production environment consists of one HP 9000 N400 (N Class) server primarily running HP-UX 11.0 with Oracle 8.1.7 databases that support a variety of custom applications as well as COTS products such as RESUMIX, Business Objects, and TrackIt. Which components and releases of these COTS products will be installed on the database server? This information is desired in order to validate that appropriate OS support exists for every application that will be hosted on this platform. Oracle 8.1.7 has been desupported by Oracle. Response: The COTS products that will be installed on the database will be Business Objects 6.5 or Business Objects XI and Trackit 6.5. The Resumix (Oracle 8.1.7) database will not be a part of this production environment. As stated elsewhere in the solicitation, should it be assumed that Oracle 9.2 will be used for this solution? Response: The Oracle version solution should be 9i Release 2. Are more recent release of Oracle RDBMS acceptable? If so, which release(s)? Again, this answer may determine the supported OS releases that are available for this solution. Response: The Oracle RDBMS release version that is acceptable is 9i Release 2. Question #1: Does the government want separate web servers in the test and development environments or will the web services be installed on the database servers? Response: The government requires one web server. The government does not require an additional web server in the test and development environments. Additionally, the government will not install web applications on the database servers. Question #2: Does the government want redundant web servers in production? Response: No, the government does not require redundant web servers in production. The government only requires redundant database servers. Question #3: Will the government provide network switches? If this question is referring to LAN switches, the answer is yes. If you are asking about switches for the cluster, the answer is NO. 1. INTRODUCTION The Washington Headquarters Service Acquisition & Procurement Office (WHS A&PO) on the behalf of the Washington Headquarters Services, Information Management Directorate (WHS/ITMD), intends to issue a combined synopsis/solicitation for commercial items for the requirement entitled “UNIX Server Purchase”. In accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. This will be a 100% Small Business Set Aside, NAICS code 423430, size standard number of employees 100. Contract type is a firm-fixed price to include best-discounted price, as applicable. The period of performance is 1 year from the award date to include hardware maintenance, software maintenance and upgrades, and technical support. This quote can contain an option for four additional one year options. Option year one should include hardware maintenance, software maintenance and upgrades, and technical support. Option year two should include hardware maintenance, software maintenance and upgrades, and technical support. Option year three should include hardware maintenance, software maintenance and upgrades, and technical support. Option year four should include hardware maintenance, software maintenance and upgrades, and technical support. This is a Firm Fixed Price “Best Value” requirement in accordance with Federal Acquisition Regulations (FAR) Subpart 8.4. Unless all offerors’ proposals are rejected the Government will award this purchase order to the responsible offeror whose offer, conforming to the requirement, is determined to be the best overall response, price and other factors considered. Technical Understanding of Requirements, Professional Qualifications, and Past Performance are more important then Price. Price will not be rated but rather will be considered for its reasonableness in the Best Value determination. Your firm’s submission is due NLT 2:00 PM EST on 21 February 2006. Responses shall be sent to kimberly.callard@whs.mil. Questions may be sent via email to kimberly.callard@whs.mil and brett.scott@whs.mil. No questions will be accepted after 30 January 2006. The Point of Contact (POC) for this proposed action is Ms. Kimberly Callard, Contract Specialist at (703) 696-3858, Facsimile at (703) 696-4164, or E-Mail at kimberly.callard@whs.mil. Alternate Brett Scott at 703-696-3861 email brett.scott@whs.mil. 2. TECHNICAL EVALUATION FACTORS AND EVALUATION METHODOLOGY Proposals will be evaluated in terms of quality, depth and relevance of information presented in response to this Statement of Work. A. Factor 1: Technical Understanding of Requirements, Methodology Deliverables and Delivery Schedule: 1. Offerors shall specifically address all of the elements listed in the following: a) Technical and qualitative descriptions of the proposed methodology that will be used to accomplish the objectives in this statement of work. b) Detailed labor mix and project plan that will meet the deliverables and delivery schedule that is defined in this statement of work. 2. Basis of Evaluation: Offers will be evaluated to determine the extent of soundness of the proposed approach, its suitability to this effort, and the ability of the offeror to deliver within the required timeframes. B. Factor 2: Professional Qualifications: 1. Offerors shall submit a statement of qualifications outlining their firm’s capabilities and experience with respect to the effort described herein. The statement of qualifications should describe the personnel and their experience that are directly relevant to this effort. Resumes of proposed personnel shall be submitted with the proposal. Professional staff resumes are not included in the 25-page limitation, but are themselves limited to 3 pages. 2. Basis of Evaluation: The resumes submitted by the offeror will be evaluated to assess the availability and qualifications of the proposed staff, their experience in similar projects and their capability to fully and professionally accomplish the objectives stated herein. C. Factor 3: Past Performance: 1. Offerors must submit descriptions of projects similar in scope, size and complexity performed during the past three years, including references. Sufficient information should be provided to allow the Government to contact the agencies/organizations served and assess the quality of the services provided. References should be of those individuals the most knowledgeable of the offerors’ past performance and contact information for those references must be accurate and current. 2. Basis of Evaluation: The proposal will be evaluated to assess the performance of the offeror with respect to projects similar in scope, size, complexity and relevant subject matter expertise to the work described herein as well as the quality of performance provided under those projects. D. Factor 4: Price: Not objectively rated, but considered for reasonableness in the best value determination 3. ADJECTIVAL RATING AND STANDARDS SCALE Each proposal will be rated based on evaluation of each factor using the following Adjectival Rating and Standards Scale: OUTSTANDING – Very comprehensive, in-depth, and clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be expected. EXCELLENT – Extensive, detailed response to all requirements similar to outstanding in quality, but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. GOOD – No deficiencies in the response. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revisions to the proposal. FAIR – The response generally meets requirements but there is not expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revisions to the proposal. POOR – The response fails to meet one or more requirements. Deficiencies exist in significant areas but can be corrected during negotiations without major revisions to the proposal or serious deficiencies exist in areas with minor impact. UNACCEPTABLE – Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. 4. BEST VALUE EVALUATION METHODOLOGY: Best value evaluations is, in and of itself, a subjective assessment by the Government of the proposed solution that provides the optimal results to the Government, price and other factors considered, Subjectivity is inherent in the process and is the cornerstone of the source selection decision. In an effort to provide insight to the offerors as to the decision making process of the Government, the following information is provided: Evaluation will be made on two factors – Technical and Price. In the evaluation, technical is significantly more important than price. While price is not as important as Technical, it does have significance to the Government. In rating the technical proposals, the three factors (Technical Understanding, Professional Qualifications, and Past Performance) are listed in descending order of importance. Technical Understanding is moderately more important than the other two factors combined while Professional Qualifications is slightly more important then Past Performance/Corporate Experience. Your firm’s submission should reflect and demonstrate an understanding of the Statement of Work and provide sufficient detail to be properly considered. Resumes and qualifications of proposed personnel shall also be provided. Your submission should reflect the quality and experience of proposed personnel at competitive fixed prices. The technical proposal shall not exceed 25 pages in length and single sided. The technical proposal shall include labor mix and hours, but not labor rates. During the technical evaluation, the labor mix and hours, not labor rates, will be evaluated. Price submissions shall be under separate cover and competitive firm fixed priced. Other Direct Costs proposed shall be realistic to the extent that all costs/prices can be fully supported. Resumes, and past performance do not count towards the page limitation. Email is the preferred method of submission. Statement of Work: UNIX Server Purchase 5. GENERAL REQUIREMEMTS PLACE OF PERFORMANCE: Work will be performed at the Human Resource Domain Division, 2521 South Clark Street, Suite 3000, Arlington, VA 22202 also known as the Polk Building. SECURITY: U.S. Citizenship is required for all contractor personnel working on-site. In addition, contractor employees who are working in WHS/ITMD offices may be required to sign a non-disclosure statement for accessing certain restricted data. SECURITY REQUIREMENTS: All contractors assigned to this contract shall have at a minimum a favorable National Agency Check (NAC) investigation that would support a SECRET security clearance. It will be the contractor’s responsibility to assure contract employees have the appropriate investigations, are trained in proper security practices, and follow appropriate security directives and procedures. Contract employees who work on this contract must be knowledgeable and where appropriate follow the Department of Defense procedures to clear information for public release through the Department of Defense Office of Freedom of Information and Security Review. 6. BACKGROUND WHS/ITMD currently has two Hewlett-Packard servers. One is a production server and the other is a development server. These servers have reached their end of life cycle and need to be replaced. Production Database Server The production environment consists of one HP 9000 N400 (N Class) server primarily running HP-UX 11.0 with Oracle 8.1.7 databases that support a variety of custom applications as well as COTS products such as RESUMIX, Business Objects, and TrackIt. Hardware Platform: The current server configuration for the N Class server is as follows: two 36 GB internal disks, eight 36 GB Surestore disks, DVD ROM, two Single Port Ultra 2 SCSI HBA’s, three 800 MHz processors, 4 GB of RAM, one 100Base-T LAN adapter, one DDS3 DAT tape drive, rack mounted HP PowerTrust II-MR 4 kW (4.5 kVA) UPS 240v, which are installed in two HP9000 Standard Rack System E41. The current operating system installed on the server is HP-UX 11.0 with an unlimited user’s license and is not clustered. Software Platform: The HP-UX development environment consists of Oracle 8.1.7 and 9.x. Backups are performed by CommVault Galaxy version 5.9.0. Current Usage: 200 GBs of local storage to support the databases with an anticipated increase next year of 400 GBs. Furthermore, the government anticipates a growth rate of 15 percent per year after FY07. There four Oracle database instances which serve 36 concurrent users. On average there are 100 sessions active at any given time with a peak of 200. Development Database Server The development environment mirrors the production environment as stated above. Production Web Server Hardware: The production web server is a Sun Fire 280R that has two 900 MHz processors, 4 GBs RAM, and two 72 GB internal hard drives. It is running SUN Solaris 8.0. Software: Apache 1.3.31, Oracle Client 9.2, CommVault Galaxy version 5.9 (client), OpenSSL 0.9.7i, OpenSSH 4.2p1, mod_perl 1.0, mod_ssl 2.8.25 and later. Current Usage: 60 GB of disk space is currently being consumed. This server houses a publicly accessible web site that receives approximately 25 K hits per day. The present server meets the current usage requirement. However, the government anticipates a 10 % increase each year after FY07. 7. REQUIREMENTS WHS/ITMD requires contractor support to design, procure, install, configure, test, and deploy a replacement for the current environment. The government requires a new production database environment consisting of two servers that will provide redundant pathways to a shared storage array. Furthermore, complete failover capability from one server to another is required in the event the primary is not available. The SUN Solaris and Veritas platforms are utilized in the current WHS enterprise architecture. The government requires two additional servers. One server is for development and the other is for test and evaluation, both are to match the production database server configuration. These servers do not require clustering. The government requires a replacement for the web server. The contractor shall accomplish the following: Task 1. Develop a technologically sound implementation plan to allow for the interoperability of all hardware and software in the new environment. 1.1 The contractor shall ensure that the systems are supporting the following software products: · Oracle 9.2 and later · CommVault Galaxy version 5.9 and later · Apache 1.3.34 and later · OpenSSL 0.9.7i and later · OpenSSH 4.2p1 and later · mod_perl 1.0: Version 1.29 and later · mod_ssl 2.8.25 and later · Perl 5.8 and various scripts 1.2 The contractor shall ensure that the systems are supporting the following hardware products: · Quad ethernet NIC 10/100/1000 MB speed · 2 GB HBAs · Clustered nodes must have a minimum of 16 GB of memory; all others a minimum of 8 GB · SG-XPCI1FC-EM2 - Emulex PCI-X 2 GB Single FC PCI-X Host Bus Adapter · Power is supplied through NEMA L6-30 and NEMA L5-30 sockets Task 2. Installation Services Requirement 2.1 The contractor shall unpack, inspect, and install all hardware components for this order. All packaging materials are to be broken down and neatly stacked for removal by custodial staff. Any items that are missing or damaged are to be replaced/acquired at the contractor’s expense. 2.2 The contractor shall install, configure and test the operating system for all servers and ensure that they are operational on the WHS/ITMD network. The operating system shall be updated with the latest manufacture’s patches. All hardware firmware shall be updated as appropriate. 2.3 The contractor shall analyze the WHS/ITMD application and database requirements to provide a recommended configuration. Upon award, the contractor shall then implement the recommendations accordingly. This includes installing and configuring the applications and database systems; configuring file systems, kernel parameters and other settings to ensure that the WHS/ITMD applications operate and perform correctly. 2.4 The contractor shall also configure, test and implement the Veritas clustering solution. Furthermore, the contractor shall configure, test, and implement failover capability. 2.5 The contractor shall provide five days of on-site support (Monday – Friday from 8am to 5pm) to assist the WHS/ITMD technical staff with performance tuning or trouble-resolution after the installation is completed. 2.6 The contractor shall provide documentation related to all customizations and implemented server configurations. 2.7 The government will contact the vendor to notify them when this work will begin. The government will provide at least 2 weeks notice. 2.8 The contractor shall provide post sales customer support Monday – Friday (except on government holidays) for one year. 2.9 The contractor shall ensure that there is an uninterrupted power supply, in a redundant n+1 configuration. Furthermore, the contractor shall configure, test, and implement UPS failover capability. 2.10 The contractor shall ensure that the maintenance includes on-site and telephone maintenance (7 am to 5 pm – Monday through Friday) support with a 4 hour incident response time (hardware and software.) 2.11 The contractor shall ensure that backups and restores are thoroughly tested and verified for accuracy. DELIVERABLES AND SCHEDULE: Deliverables Schedule 1 Hardware delivery 2 weeks after award 2 Setup and configuration 3 weeks after award 3 Software installation and testing 4 weeks after award 4 On-site technical support for 5 days (Mon - Fri) After final testing 5 Post-sales customer service After government acceptance NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/WHS/REF/HQ0002-5320-0002AA/listing.html)
 
Place of Performance
Address: Human Resource Domain Division, 2521 South Clark Street, Suite 3000, Arlington, VA 22202
Zip Code: 22202
 
Record
SN00988392-F 20060216/060214214104 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.