Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOURCES SOUGHT

D -- SERVICE CENTER SUPPORT SYSTEM (SCSS-B)

Notice Date
8/27/2008
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
SCSS-B
 
Response Due
9/29/2008
 
Archive Date
9/30/2008
 
Point of Contact
Franklin Wheeler Jr,, Phone: 202 283-1141
 
E-Mail Address
franklin.wheeler@irs.gov
 
Small Business Set-Aside
N/A
 
Description
The Internal Revenue Service (IRS) Modernization and Information Technology Services (MITS) Organization’s Enterprise Operations (EOps) mission is to provide efficient, cost effective, secure and highly reliable computing (server and mainframe) services for all IRS business entities and taxpayers, and to manage the day-to-day operations of the network and contact center environments. To accomplish this mission, Enterprise Operations (1) deploys and maintains an infrastructure capable of supporting the business and administrative needs of the Service for both the current environment and for the IRS’ modernized operations; (2) standardizes, consolidates and manages the mainframe computing infrastructure, auxiliary systems software, and all current Original Equipment Manufacturer (OEM) firmware; (3) maintains and modifies systems software products for the IRS mainframe-computing environment; (4) implements appropriate security and mission assurance tools, processes, procedures, and infrastructure related to corporate computing services; (5) provides services to business units/divisions within established Service Level Agreements (SLA); (6) provides enterprise network operational support; and (7) performs design, deployment, and maintenance of the computing center environment. IRS MITS is seeking industry capability statements for contract support for the tax processing mainframe computing systems at the Enterprise Computing Centers in Martinsburg, WV (ECC-MTB), Memphis, TN (ECC-MEM), and Detroit, MI (ECC-DET). Security and Communications System (SACS) HW/SW maintenance and support services; Service Center Replacement System (SCRS) HW/SW maintenance, and licensing; ICS/ACS/Print (IAP) HW/SW maintenance; CNT HW/SW maintenance for connecting all Computing Centers and 10 Service Campuses via dedicated point-to-point links through ATM interface; and the purchase and integration of new HW and SW into the IRS Tier 1 inventory. SCSS-B mainframe maintenance for this includes: • 1 IBM z990 HW/SW maintenance at ECC-DET (Mission Critical Applications) • 2 IBM z9 HW maintenance at ECC-MTB (Masterfile, Modernization Programs, ICS/ACS/Print (IAP), and IAP Disaster Recovery) • 2 IBM z800 HW/SW maintenance at ECC-MTB Security and Communications System (SACS) • 2 IBM z800 HW/SW maintenance at ECC-MEM Security and Communications System (SACS) • 1 IBM z9 HW/SW maintenance at ECC-MEM (ICS/ACS/Print (IAP)) • 1 Unisys Dorado 7800 HW/SW maintenance at ECC-MTB; Service Center Replacement System (SCRS) • 1 Unisys Dorado 7800 HW/SW maintenance at ECC-MEM; Service Center Replacement System (SCRS) This requirement will also encompass the following Contractor support: • Integration Support – IRS utilization of both Unisys and IBM mainframes requires the Contractor to fully support the seamless interoperability of these hardware architectures and their peripherals, software, and communications. • Support Services – the Contractor shall provide both on-site and off-site support services. • Technology Enhancement/Improvement and Testing Support – the Contractor shall continually research current and developing technology and provide proposed solutions to improve the current operating environment and prevent premature systems obsolescence. When requested by the IRS via delivery order, the Contractor shall operate and maintain test applications and databases. • The Contractor shall provide support for training as requested by the IRS via delivery order. • The Contractor shall provide support for security implementation and reporting, including information relevant to FISMA and Certification and Accreditation support as requested by the IRS via delivery order. The support requirements will be divided and solicited as follows: • Unisys Hardware and Software • IBM Hardware • Integration • Non-IBM Hardware and Software • Other The Government reserves the option to award each support requirement as a separate contract or in any combination, i.e. separately, as one contract, or any combination thereof. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposals (RFP). Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI are the sole responsibility of the responding party. All information received by the Government in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to the RFI will not be returned. Small Businesses, 8a companies, Hub-Zone Small Businesses, Small Disadvantaged Businesses, Woman-Owned Small Businesses, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses are encouraged to submit a response to this RFI in order to assist the IRS in determining the levels of competition available in the marketplace. The acquisition strategy for this requirement will be determined based on the responses received to this RFI. In accordance with FAR 15.201-9(e), responses to this notice are not considered “offers” and cannot be accepted by the Government to form a binding contract. When the solicitations are released, they will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the interested parties to monitor this site for additional information pertaining to any resulting RFP. SUBMISSION OF CAPABILITY STATEMENTS/AREAS OF INTEREST/INDUSTRY COMMENTS: The capability statements are not to exceed 20 pages and may submitted via e-mail no later than 29 September 2008 to franklin.wheeler@irs.gov. The Capability Statements shall include the vendor’s point(s) of contact name, address, telephone number, and email address; the company’s business size, including applicable NAICS code(s). The Capabilities Statement shall include a description of similar work performed within the past 5 years including the name and number of the contract, the contract scope, type of contract, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. Information received in response to this RFI may be used to determine the acquisition strategy for any resultant RFP. Therefore, any small business concern with the capability to perform the required services is encouraged to submit a response to the RFI. The release of this RFI affords industry the opportunity to comment on any perceived issues with regard to the initiative and to allow the Government to receive the benefit of industry comments. The Government’s purpose in providing an opportunity for industry comment is to identify potential problem areas and provide alternative recommendations in order to enhance the success of the initiative. The Government believes industry feedback is important. The Government is receptive to any and all ideas from industry which would result in limiting unnecessarily constraining requirements, realizing cost savings, or highlighting potential technical or contractual problem areas associated with the initiative. What new capabilities within the past five years have provided the biggest ROI, are industry standards, and describe what you see as the industry trend over the next five years. What has been your experience in performance-based delivery methods and techniques? Describe your experience with performance-based and/or incentives-based contracts. SERVICE LEVEL/PERFORMANCE METRICS. The Government is interested in Service Level Agreements (SLAs) and Performance Metrics used by industry to measure the efficiency and effectiveness of hardware and software maintenance support. The Government is interested in operational metrics (those used to monitor day-to-day activities) and management metrics (those used by management to gauge key indicators of success, executive dashboard, etc.). Additionally, the Government is interested in how industry balances using leading (forecasting) and lagging (static) metrics. Since the Government is exploring the use of a performance-based contracting approach, it would be helpful to understand the service levels/performance metrics used to manage the operations, and those metrics used as a basis for payment. Questions to the Government may be included under separate cover for all submissions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4e3dbe0a8267b243dfb6a23ab2648a9&tab=core&_cview=1)
 
Record
SN01653489-W 20080829/080827222901-a4e3dbe0a8267b243dfb6a23ab2648a9 (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.