Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOURCES SOUGHT

70 -- Alternate Software Pricing Structure Search

Notice Date
3/15/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SSA-RFI-031507
 
Response Due
3/25/2007
 
Archive Date
4/9/2007
 
Description
The Social Security Administration is surveying the market to discover what independent services and/or software products (hereafter referred to as services) are available to aid the SSA in fulfilling the requirements of a study on alternate software pricing structures in the Agency's mainframe z/OS operating environment. SSA currently operates six IBM z990 zSeries mainframes at the National Computer Center (NCC) in Baltimore, MD including zAAP processors. The Agency runs mainframe software products from hundreds of vendors on 26 LPARS. The Agency requires services from a vendor that is independent from the software products running on its mainframe environment. The Agency intends to study the economic feasibility of changing some software licensing structures to workload license charges (WLC), or sub-capacity pricing, where it is in the best interest of the Government. IBM developed the Sub-capacity Reporting Tool (SCRT), a software product that records the 4-rolling average usage of some (not all) software, and determines where the software executes. The output of this tool determines how IBM, and other vendors, invoice customers for WLC or sub-capacity pricing. IBM offers this tool as a free download to its customers, and the services described in this synopsis require the use of SCRT. However, SCRT by itself cannot meet SSA's requirements to perform a cost benefit analysis (CBA) of changes to license structures, fails to adequately address current and projected growth estimates, does not allow for independent audits, and lacks the detailed reporting features that some financial decision require. SSA requires services that exceed the capabilities of the SCRT tool. SSA requires services that assist in planning for, implementing, monitoring and leveraging WLC, or that document why changing prices structures is not in the best interest of the Agency. These services will combine information about SSA's licensed software products with an analysis of software utilization. This analysis will provide near real-time estimates of software charges under a variety of scenarios. These services will include detailed reports from data derived directly from the mainframe's actual workload usage. The services will report: Which Variable WLC products are on which mainframes; The simultaneous four-hour rolling averages for each product; and Estimated monthly software charges for PSLC, Full-capacity WLC and Variable WLC. The services will provide comparative software pricing information for planning purposes. The services will predicatively report software-pricing metrics so that SSA can make decisions on: Varying hardware and software configurations; Moving LPARs from one machine to another; Moving software between LPARs or machines; Consolidating multiple machines onto another machine; and Upgrading from z990 mainframes to z9 mainframes. The services will generate daily, month-to-date, and monthly reports in Microsoft Excel format. As SSA changes hypothetical or real parameters and configurations, the reports will update immediately and be available for review. The services will provide reports for pricing analysis, consolidation analysis, defined capacity, and LPAR configuration. Additionally, the reports will allow SSA to audit the SCRT, assist in peak management, simplify invoicing functions, and help manage defined capacity, LPAR configuration and SMF data. SSA anticipates that both a consulting and software solution will comprise the services. The consultant must have demonstrated expertise in WLC, IBM software pricing models, other major mainframe software pricing models, LPAR and Parallel Sysplex Capacity Planning, defined capacity, soft capping, and usage pricing with WLC for z/OS and zSeries hardware. The vendor must be able to implement the services with no alteration to the mainframe hardware or software configuration, with the exception of installing tools and gathering data. The vendor must fully implement the services within a 30-day period. SSA should have the ability to assume the management of the services, independent of the vendor, within 60 days. The Agency does not foresee any additional requirements from the vendor beyond this 60-day period. Any firm that feels they have the capability of providing these services must respond, in writing, within 10 days of this notice. Responses must be specific as to proposed services and must include evidence that the vendor is able to meet the requirements detailed in this synopsis. 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. Vendors that believe they can offer services meeting the SSA's requirements should submit information concerning their capabilities. Detailed responses to each of the above requirements (with substantiating documentation) are required. SSA will not consider simple marketing information or incomplete responses. SSA will not consider reference to vendor web sites as a valid response. Vendor?s shall submit responses electronically and be received by 03/25/2007. SSA will not accept faxed information. The size limitation for email attachments is 10 megabytes. MS Word is the Agency?s standard word processing software. SSA IS NOT ISSUING A FORMAL SOLICITATION AT THIS TIME, and the Government does not intend to pay for the information submitted. SSA will use this information in the assessment of capable sources. SSA will not notify respondents of any evaluated results from the data received. If a solicitation should result from the analysis of the responses, SSA anticipates that such a solicitation will occur sometime during the third quarter of calendar year 2007. Any questions should be submitted via EMAIL ONLY (no phone calls please) to the Contract Specialist at angie.landis@ssa.gov. Responses should refer to Request for Information Number SSA-RFI-031507.
 
Place of Performance
Address: Baltimore, MD
Zip Code: 21235
Country: UNITED STATES
 
Record
SN01252386-W 20070317/070315222856 (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.