Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOURCES SOUGHT

V -- SDDC Transportation Standard Operational Personal Property System (TOPS)

Notice Date
7/21/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-TBD-TOPS
 
Response Due
7/31/2006
 
Archive Date
9/29/2006
 
Small Business Set-Aside
N/A
 
Description
Purpose of Request for Information (RFI): This synopsis seeks the submission of Capabilities Statements from all Businesses which have the capability to meet the goals of the Surface Deployment and Distribution Command, Passenger and Personal Property System Branch, to continue vital software oper ations with replacement parts to extend deployed servers, integrate, and provide service that continues the existing hardware life of failed parts within the Transportation Standard Operational Personal Property System (TOPS) Servers currently deployed. The vendor will be required to have technical and functional knowledge of existing configuration, architecture, similar to that of transportation TOPS application in order to validate that all hardware components in no way negatively impact the installatio n or functionality of the system. TOPS sites must continue urgent operations without downtime or loss of functionality. The infrastructure and operational functions between systems to sustain HQ and Worldwide users are vital to the program and services. While this RFI focuses on server components, integrating those component areas that will be needed to support the vital TOPS Software to which it runs on, and provide maintenance for replacement or fixes as necessary over a one to three year period; SDDC r emains open to alternative ideas and considerations. Respondents are encouraged to provide information or alternative methodologies. Background: The TOPS System is a United States Transportation Command (USTRANSCOM) Joint Transportation Corporate Information Management (CIM) Center (JTCC)) designated, and Department of Defense (DOD) approved Defense Transportation System (DTS) Migration System. TO PS is currently in a sunset phase of its lifecycle and is planned for replacement by Family First DPS. TOPS is currently deployed at 160+ sites worldwide and is developed to run Intel X86 platforms, under the Solaris (UNIX) Operating System, and employs the ORACLE Relational Data Base Management System (RDBMS) Software and Tools. The system consists of approximately 300 SQL*FORMS developed using ORACLE FORMS 3.0 and ORACLE Version 7.1.4. A hardware server upgrade was deployed in 2000 to over 200 sites worldwide. The hardware has reached its useful life and request for information is being conducted to gather data to identify qualified quoters who are able to meet our requirements for a su rvival kit of known critical components (motherboard, power supply, etc) that would represent a standard hardware upgrade (from Pentium III) necessary to fully support the current operating system, and database configuration of the existing servers that ar e experiencing hard-to-replace parts. The interactive data components of the server parts must be available by the vendors (Quoters). Must remain available at least for a three year period cycle, pass testing and sustain integration changes that would enable all parts to work within all softw are scripts and other vital component that currently support existing servers in both CONUS and OCONUS sites location areas. These components to be further know as TOPS Survival Kit provided by this RFI information will be used to establish data requi rements necessary to extend the existing TOPS equipment useful life. Description of Information Requested: All vendors with an appropriate product relating to the requirements set forth herein are invited to submit a capability statement that details and demonstrates their ability to provide the required services/products. The capabilities statements are limite d to 20 pages. The Capability Statement should discuss the products capabilities as against the potential requirements, the products integration specifications (if available), and any other specific and pertinent information that would enhance SDDC PPPSB understanding of the information being submitted. Also, vendors with a GSA schedule should provide the cont ract number of that schedule. All hardware component parts known as a TOPS survival kit must meet exact specifications and configuration that will be used to replace existing server components and be able to perform with that of existing software. The survival kit components (mother board, power supply, etc) will also represent a standard hardware upgrade (from Pentium III) from the existing failed equipment currently deployed. All hardware components being identified by the vendor must work without performance degradation in the TOPS environment with the TOPS Software and that the component equipment will be able to withstand any enhanced software release changes (such as space/ memory capability) being deployed worldwide. All hardware survival kit components must be readily available, be able to integrate with other components, carry at least a one year service and/or have an extended maintenance agreement from the date of being installed. The vendor must be able to address integration methods, track and deliver as defined in order for the components to perform against the TOPS software. Experience and knowledge to functional configuration, architecture, and application of a system in order to validate that all components that would in no way negatively impact the installation or functionality of the system. The TOPS sites must be able to continue urgent operations without downtime or loss of functionality. The vendor will require knowledge of transportation infrastructure and operational functions between systems to sustain HQ and Worldwide users. The vendor/integrator must be able to travel to various sites, including oversees, etc. to install if necessary when required by the government. Existing Server Configuration: 512 MB 512KB of Cache Memory 9 to 12GB SCSI Hard Drive (3) Fast/Wide SCSI External Interface 3.5 (1.44MB) Floppy Drive 32X CDR with Sound Card and CBT Capabilities (Audio Out) 4mm Tape Drive 15 Monitor One Parallel and Two Serial Ports Windows NT with Mouse and Keyboard Proposed Survival Kit: Motherboard: ASUS P4P800E Deluxe Motherboard Pentium 4 3.0GHz Intel Pentium 4 3.0GHz, 478pin CPU 4GB PC3200 DDR memory Antec True Power 550 watt ATX power supply Plextor Premium DVD Writer PX-760-A Installation Toolkit (screwdriver, anti-static strips, extra screws) DVD installation video How to remove the parts in the system: Motherboard, Processor, Hard Drive, RAM, and Power Supply How to install new motherboard How to install new RAM How to install new Processor How to install power supply Unpacking and installation directions Parts are under 1 year manufacturer warranty Disclaimer: This RFI is issued solely for information and planning purposes to determine a market availability of vendors and does not constitute a solicitation. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the G overnment to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with SDDC confidential t reatment regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The respondent to this announcement must also identify its business size and whether it is currently designated as a Small Business as defined in the Federal Acquisition Regulation FAR Part 19.1. The North American Industry Classification System (NAICS) co de 541512 Computer Systems Design Services, has been determined to be applicable to this requirement. The small business size standard, as published by the U.S. Small Business Administration (SBA), for this NAICS code is $23.5 millions of dollars and may be found at www.sba.gov/size/sizetable2002.html. Should this proposed procurement be set aside for small business participation, the solicitation shall contain the clause FAR 52.219-14 Limitations on Subcontracting, which prohibits a pure subcontracting pass-through. FAR 52.219-14(b)(1) states that, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Employees of the concern are defined as those performing the various support services directly related to and accounted for against the contract (Administrative Staff, Office Staff, etc.), and those providing the services required by the PWS in performance of the contract (Barge crew members, etc.). All respondents to this Sources Sought Notice shall provide, in addition to their capabilities statement, sufficient information regarding their anticipated sub-contra cting actions in order to allow the Government to evaluate the offerors intent to be in total compliance with the requirements of FAR 52.219-14, Limitations on Subcontracting. Respondents shall, at a minimum, identify the percentage of anticipated sub-con tracting effort and the percentage of personnel costs to be expended by employees of their concern. Responses on company letterhead must be submitted electronically no later than 2:00 P.M. EST on July 31, 2006 to the following individual: Mr. Edward G. Dawson, Contracting Officer, dawsong@sddc.army.mil; Telephone: 703-428-2020.
 
Record
SN01095156-W 20060723/060721221404 (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.