Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOURCES SOUGHT

R -- Information Technology Enterprise Infrastructure Support

Notice Date
4/2/2008
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
ZIP Code
N/A
 
Solicitation Number
R1BK13080039
 
Response Due
4/10/2008
 
Point of Contact
Anthony W. Pellegrino, Phone 617-565-5750
 
E-Mail Address
anthony.pellegrino@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
<p align="justify">NOTICE TEXT: The General Services Administration, Region 1, Boston, MA, under an Interagency Agreement with the Department of Commerce, Office of Computer Services, located in Springfield, VA posts this Sources Sought (SS) Notice pursuant to FAR Subpart 15.201 and for information and planning purposes only. The purpose of this SS is to identify whether qualified FAR Part 19 Small Business Program sources are interested in and capable of performing the work set forth in this notice. No contract will be awarded from this announcement and this is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. Response to this SS is voluntary and no reimbursement will be made for any costs associated with providing information in response to this SS and any follow-on information requests. No solicitation document exists at this time - please do not call and ask for a copy of the solicitation. DESCRIPTION of WORK: Information Technology (IT) Infrastructure systems administration and operational support for the computer resource facility of the Department of Commerce (DoC), Office of the Secretary (O/S), Office of the Chief Information Officer (OCIO), Office of Computer Services (OCS). The mission of the OCS is to operate a central Enterprise IT resource facility supporting the Office of the Secretary, DoC Bureaus, and other Federal agencies. These services include, but are not limited to: legacy mainframe batch and interactive processing, Linux/UNIX system services, Enterprise database management services, client server services, teleprocessing support, and web application hosting. Virtually all of the projects that contribute to the customers' missions utilize IT resources provided by OCS. OCS owns none of the applications or data hosted at the data center, rather, OCS provides the Infrastructure support of the computers, and the network supporting the computers that is essential to OCS customer projects. The work requires and ensures that the IT Infrastructure computer resource facility meets all requirements for systems administration and operational support to enable the DoC and other Federal Agencies to successfully achieve their computer services requirements. The OCS computer center is located at 5285 Port Royal Road, Springfield, Virginia, with an off-site storage facility at the main DoC location at 1401 Constitution Avenue, N.W., Washington DC. OCS currently provides systems and operational support for IBM 9672 and z/890 Enterprise Servers, Linux/UNIX, and Microsoft Windows platform servers. OCS diverse platforms are interconnected utilizing state-of-the-art telecommunication equipment and protocols including, but not limited to, CISCO routers, network hubs, switches, modems, protocol converters, SNA, frame relay, and TCP/IP. The OCS computer center is fully staffed during normal work hours and operationally staffed 24 hours per day, 7 days a week, 365 days a year. In this environment, the workload is heavy and unpredictable, and hundreds of users' daily productivity depends upon system availability, rapid interactive response, and fast batch turnaround times. The work requires ongoing emergency and non-emergency support as needed. The work requires "on-call" service to address any issues that may arise before and/or after normal business hours, including holidays. OCS designates contractor personnel as "on-call" in a documented schedule. Detailed records including software inventory, user support requests, and server/workstation configuration guidance is required. The work is performed closely with appropriate OCS personnel ensuring full user support during business hours and adjusted work schedules to encompass after-hours work as necessary on mission-critical systems that must remain active during core hours. Development and maintenance work on holidays and weekends is scheduled on an "as needed" basis upon Government customer requirements. Because the OCS data center is required to provide near 100 percent operational up-time, other support personnel, <em>e.g.</em>, system and network administrators, system programmers, are on call any hour. Work is required nights and weekends to accommodate maintenance and testing schedules. In total, the work provides operations, maintenance, management, and technology enhancement services supporting a 24x7x365/day Enterprise IT infrastructure on behalf of OCS. Until the data center is moved to another Washington, D.C. Metro location, the work under the task order shall be performed at the OCS computer service facility in Springfield, VA, with necessary local travel to the off-site storage facility in Washington, DC. During the period of the relocation of the data center, additional resources may be needed to assist in the planning and execution of the data center move. It is also probable that the number of full time positions required to support the OCS data center will increase over the period of this award. Overall, the following services are required: Project Management; IBM Mainframe Systems Programming (z/OS, z/VM, and Linux/UNIX); Computer Facility Management and Network Operations Control Center; Network Architect Support and Firewall Administration; Application and Database Support; Enterprise Security Administration; Multi-platform Database Administration; Application Administration; Operating Systems Support; Windows; Linux/UNIX; z/OS; z/VM; IT Special Project Assistance; OCS Web Site Design and Implementation; IT Asset Tracking; IT Infrastructure Move Assistance; Transition Planning Support; Disaster Recovery and Continuity of Operations Plan Support. EVM, in accordance with best industry practices, is required for managing the work. The qualities and operating characteristics of earned value management systems are described in American National Standards Institute (ANSI)/Electronic Industries Alliance (EIA) Standard-748-A-1998, <em>Earned Value Management Systems. </em>A copy of the standard is available from Global Engineering Documents (1-800-854-7179). The following information is historical data designed to help potential sources respond to this SS. Each category or description equals the equivalent of one (1) full-time position unless otherwise noted: (SERVER) Windows Server / Desktop OS; Windows Server/ Desktop OS/Exchange; Windows Server / Exchange; Windows Server; (NETWORK) VOIP; (2) CCNE. (APPLICATIONS AND DATABASE SUPPORT) Senior Level DBA (Oracle 10g); Mid- Level DBA (Oracle 10g/MS SQL Server); Mid- Level DBA (Oracle 10g / MS SQL Server); Application Support (JAVA, IIS, Tomcat, Citrix): Application Support (JAVA, IIS, Tomcat, Citrix); WEB Master. (ENTERPRISE SYSTEMS) Enterprise DB Systems; IBM OS and VM; Unix; Linux (Red Hat); Disaster Recovery and COOP. (HELP DESK) Tier II; (4) Tier I; Computer Room Facilities. GENERAL INFORMATION : If interested and capable, provide the following information: Company Name; Cage Code; Company Address; Company Point of contact (phone number, email and physical address); Company Website. DESCRIPTIVE INFORMATION: If interested and capable, send a short (not more than 15 page) description of the corporate experience with similar projects, including general background, experience, and qualifications particularly with projects similar to the description of the work set forth in this SS. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies. Included should be a Capabilities Statement demonstrating an understanding and working knowledge of operating a 24/7/365 central Enterprise IT resource facility. Information in the Capabilities Statement should include a general staffing plan, a qualifications matrix, the management approach, a plan for transitioning from an incumbent, and whether the respondent has an existing contract (identified by GWAC, Federal Supply Schedule, etc.) against which an order for the work may be placed. RESPONSE: Please submit a full response to the Contracting Officer: Anthony W. Pellegrino, at <a href="mailto:anthony.pellegrino@gsa.gov">anthony.pellegrino@gsa.gov</a> no later than 2:00 p.m. (Boston, MA) April 10, 2008.</p> NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2008); 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 Document
(https://www.fbo.gov/spg/GSA/FTS/1TT/R1BK13080039/listing.html)
 
Place of Performance
Address: 5285 Port Royal Road Springfield, VA
Country: US
 
Record
SN01546260-F 20080404/080403042608 (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.