Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOURCES SOUGHT

D -- Computer Systems Hosting, Managed Support Services, and Alternate Computing Facility in Support of the Military Health System Electronic Health Record Clinical System

Notice Date
8/28/2007
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-07-TIMPO1
 
Response Due
9/13/2007
 
Archive Date
11/12/2007
 
Small Business Set-Aside
N/A
 
Description
3.0 Description 3.1 Purpose: This is a reissuance of RFI W81XWH-07-RFI-ITS, posted May 14, 2007 to provide a more granular description of a typical MHS system from which to base responses. The purpose of this Request For Information (RFI) is to identify interested and available vendor s capable of providing centralized computer systems management hosting, sustainment support, and network infrastructure support. The RFI is also intended to solicit vendor information about their capabilities to include associated personnel. This RFI out lines the Military Health Systems (MHS) requirements for hosting as well as service levels which must be met to provide the high quality of service (QoS) in availability/reliability required of Military Health System (MHS) critical applications. This is an RFI from the Tri-Service Infrastructure Management Program Office (TIMPO). TIMPO does not intend to grant any type of award instrument based on vendor responses, or otherwise provide compensation for the information solicited. Any information submitted in response to this RFI is provided voluntarily. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or co mmitment on the part of the Government to acquire any product or service. Respondents are advised that TIMPO is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS REQUEST FOR INFORMATION SYNOPSIS. No reimbursement will be made for any c osts associated with providing information in response to this synopsis or any follow-up information requests. Responses to this notice are not offers; will not be accepted by the Government to form a binding contract; and will not be returned. This Notic e shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Should a requirement arise, the full description will be detailed in the resulting solicitation. Questions concerning the requirements for a future solicitation will not be entertained. This RFI is open to any capable and qualified sources, including, but not limited to, government, private or public companies. 3.2 Background: For several years, the Defense Information Systems Agency (DISA) has been utilized as a system hosting provider for the MHS, currently hosting well over 15 of our most critical clinical and resource applications. As the Department of Defense (DoD), and mor e importantly the MHS, puts more emphasis on web based or web enabled applications we foresee our hosting requirements increasing and so we are faced with the very real issue of cost versus business continuity. In an effort to determine the best way forwar d, the MHS is in the process of developing a business case analysis (BCA) designed to explore the potential benefits and challenges of hosting outside of the MHSs traditional hosting provider from both a fiscal concern as well as a business/functional/ope rational concern. This RFI is one stage in the development of that BCA and is designed to provide industry an opportunity to suggest industry best practice and industry standard level of effort to host and administer healthcare applications which are criti cal to the quality of care being provided to military beneficiaries now and into the future. While this RFI defines an architecture typical to the MHS primary clinical application, it is hoped the information gleaned from responses to this RFI can be extr apolated and applied over the greater whole of all MHS applications and systems. It is the hope of the MHS that industry will respond to the architecture as suggested herein and l ikewise encourages industry to suggest alternate architectures capable of maintaining a minimum 99.5% availability. 3.3 Objectives: TIMPO requests this information from vendors to aid in the development of a BCA for evaluation of viable hosting service alternatives. Information provided should include your companys experience relative to the outlined requirements and any additional c apabilities you would suggest. 3.4 Minimum Technical Support Requirements: 3.4.1 Responders should provide a brief high-level description of their organization. Responses should contain relevant example(s) of current or recent projects which clearly demonstrate your experience and performance. 3.4.2 Respondents should describe their ability to support a primary computing facility (PCF) location within the continental United States (CONUS), and an Alternate Computing Facility (ACF), mirroring the physical setup of the primary facility. The ACF m ust, at a minimum, be 800  1000 miles away from the primary facility, capable of remote operation, and provide high-speed replication of data between the primary and alternate site, and receiving updates from the PCF in real time increments. Management o f the 101 local cache servers and storage attached networks (SANs) housed at local Military Treatment Facilities worldwide is a secondary requirement for the MHS. 3.4.3 Primary and alternate computing facilities must be capable of maintaining the requirements as specified in Attachment 1, via web link, below. http://mx.ha.osd.mil/pickup.aspx?id=79440eb5-4b90-408c-a835-23a4de305644 3.4.4 Respondents should address their experience and documented performance in supporting and maintaining the SLA performance requirements and additional capabilities as specified in Attachment 2, via web link below: http://mx.ha.osd.mil/pickup.aspx?id=556f21b4-0c86-4227-8744-4820cf8f69b0 3.4.5 Respondents should provide a description and quantity of full time equivalents (FTEs) necessary to support a 24x7 operation, by seniority and necessary skill sets, as they correspond to the above mandatory SLA performance and associated hardware requ irements. 4.0 Instructions to Responders: Responders should provide technical, business, and administrative points of contact, to include name, address, phone and fax numbers, and email addresses. Responses to this RFI will be unclassified and identified and marked with the RFI number (BCA-2007-C RM) in the email title or document title, as appropriate. Responses should arrive at TIMPO no later than fifteen business days from the date of posting. Responses to this RFI should not to exceed 50 pages. Emailed responses should be no larger than 10mb, including any appendices and attachments. Any soft copy responses that exceed 10mb may be provided via CD. Please do not send standard company brochures or marketing information. All questions relating to this RFI should be sent electronically to (Phillip.LaJoie@tma.osd.mil). Responses to questions will be provided in a reasonable timeframe. Please provide a detailed reply to this RFI to include: one (1) electronic copy and one ( 1) hardcopy of your response. The electronic copy should be in MS Word / PDF format and sent via email to: (Phillip.LaJoie@tma.osd.mil). The hardcopy should be sent to: Mr. Phillip LaJoie, Chief Technology Officer TIMPO 5205 Leesburg Pike, Suite 1301 Falls Church, Virginia 22041 RFI Detailed Requirements
 
Place of Performance
Address: TRICARE Management Activity Skyline 5, Suite 550, 5111 Leesburg Pike Falls Church VA
Zip Code: 22041
Country: US
 
Record
SN01387927-W 20070830/070828222320 (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.