Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SPECIAL NOTICE

70 -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO SAVVIS FEDERAL SYSTEMS

Notice Date
9/17/2007
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, DC, 20570, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Managed_Hosting_Services
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Description
The National Labor Relations Board (NLRB) intends to award a sole source contract, for a one year base and two (2) one year option periods, to SAVVIS Federal Systems for managed hosting services within East Coast and West Coast data centers. _____BACKGROUND-The NLRB is in the process of consolidating all distributed information technology resources ? e.g., file, print, and email services, and an enterprise case management solution ? into two hosted data centers. The NLRB currently has a data center hosted by SAVVIS in Sterling, VA, that serves as the East Coast facility. A second data center will be added to serve the West Coast offices and enable the OCIO?s disaster recovery plans in the near future. Approximately 1,900 NLRB users will be affected by the consolidation effort. Presently, there are 56 Novell Netware servers located in the NLRB?s 52 Regional offices and the headquarters office (HQ) in Washington, DC. As the NLRB plans to migrate all data from the 56 Novell Netware servers to NAS and/or SAN devices located at the data center(s), the Agency recently released an RFQ for Network Attached Storage. Likewise, there are currently 23 servers supporting current distributed and stand alone legacy case management systems; six (6) remote servers supporting the NLRB?s Microsoft Exchange platform; and six (6) remote servers supporting the NLRB?s Microsoft SMS platform. The consolidated enterprise case management solution will be based on Oracle?s Siebel customer relationship management platform and EMC?s document management platform, both of which will utilize Microsoft SQL Server. The enterprise case management solution, Exchange and SMS platforms will be consolidated in the existing data center. Finally, to facilitate the consolidation of its technical infrastructure, the Agency recently released an RFQ for Wide Area Network Optimization. The selected devices will be installed in Regional offices, headquarters, and the data centers. The objective of the Managed Hosting Services program is to continue the progress the OCIO has made in consolidating presently distributed information technology resources into hosted data centers, so as to provide the NLRB with effective and efficient information delivery with significantly improved technology management. _____SCOPE- The scope of this Statement of Work is to procure managed data centers to host the NLRB?s consolidated information technology infrastructure, serving the Agency?s East and West Coast Offices and enabling the OCIO?s disaster recovery plans. _____SPECIFIC REQUIREMENT - The technical and business requirements presented below, while based on current needs and, therefore, not all-inclusive, are critical to the project?s success. These requirements fall into four categories: (1) network services, which provide the communications infrastructure supporting the program; (2) co-location services, which provide secure real estate, power, and monitoring for NLRB-owned or leased equipment; (3) utility services (Utility Compute, Utility Storage, Utility Compute ?Surge? capability, Virtual Intelligent Hosting, Virtual Server, Virtual Firewall), which affords the NLRB access to fully-managed processing and storage capacity; (4) support services, which provide support for the NLRB?s hosted environment, such as with program management and backup and recovery services. Note that requirements listed as ?(optional)? are not currently utilized or quantified but are indicative of the services that may be required within the scope of this program. The vendor shall use the existing infrastructure configuration for quantities and volume-discount calculations. Other Offerors shall contact the Agency to receive this information. 4.1.i. Network Services a. Bandwidth, offered on a per Mb-basis b. Firewalls, offered on type- and class-basis c. Virtual LAN access d. Network cross connections e. Network access extensions f. Multi-line network access, by type g. POTS cross connections h. Network intrusion detection services i. Incident response, monthly recurring j. Internet access (optional) k. Virtual private network connectivity (optional) l. Managed network services (optional) m. Network professional services, on an ad-hoc hourly basis or by package (optional) 4.1.ii. Co-location Services a. Secure cages, offered on a half- and full-basis b. Power, offered in multiple increments c. Monitoring, offered on a level-basis d. Hands-on support, offered on a package- and ad hoc-basis 4.1.iii. Utility Computing Services a. Utility computing platforms, offered on type- and size-basis i. Offered with and without software licenses b. Utility computing storage, offered on a per GB-basis c. Storage area network access, offered on a per TB-basis (optional) 4.1.iv. Support Services a. Backup services, offered on a per TB-basis b. Recovery services, offered on a package- and ad hoc-basis c. Program management, monthly recurring, including: i. ?Run-book? documentation ii. Account and service level monitoring iii. Communication with NLRB?s COTR iv. Accurate and timely billing, including processing service credits when applicable d. CIO advisory services, offered on a package-basis (optional) e. Security services (optional) i. Distributed denial of service (DDoS) mitigation ii. Vulnerability scanning iii. Anti-virus iv. Anti-spam This is not a formal solicitation. This synopsis is not considered a Request for Quotatio n or Proposal. No solicitation document is available and telephone requests will not be honored. No contract will be awarded on the basis of offers received in response to this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. If no challenges to acquire these items are received by 9:00 am, EST, September 21, 2007 the government reserves the right to execute an award without publishing a solicitation. A determination by the Government not to compete this proposed contract based on this notice is solely within the discretion of the Government. Detailed capabilities must be submitted to talisa.spottswood@nlrb.gov no later than time and date noted above.
 
Place of Performance
Address: 1099 14th Street, NW, Washington, DC
Zip Code: 20570
Country: UNITED STATES
 
Record
SN01409921-W 20070919/070917222007 (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.