Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

R -- A complete package of service-level agreements for hardware and software making up the Natural Resources Program Center (NRPC) Back Up Solution at the National Park Service in Fort Collins, Colorado.

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
Q2370093011
 
Response Due
5/8/2009
 
Archive Date
4/20/2010
 
Point of Contact
Sybil Winfield Contract Specialist 3039692076 Sybil_Winfield@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in the format in Subpart 12.6 and 13.5 of the Federal Acquisition Regulations. These services are for a comprehensive service package for the three components of the Backup System for NRPC. The systems used in the Fort Collins, Colorado facility are: Disk Storage (Data Domain), Tape Storage (Sun Microsystems) and Software (CommVault). The NRPC is trying to establish a single annual Serveice Level Maintenance Agreement covering all three components. This announcement constitutes the only request for quotation. A written solicitation will not be issued. The NAICS code for this solicitation is 541519 (size standard is $25M). Quotes shall be submitted electronically via email to: Jennifer_Norris@contractor.nps.gov. She may also be contacted at 303-969-2408. PART I - PERFORMANCE WORK STATEMENT FOR SERVICE LEVEL AGREEMENT FOR NRPC BACKUP SOLUTION Overview: The National Resource Program Center (NRPC) has over 50 servers/100 backup entities which are backed up nightly using Commvault software utilizing D2D2T technology implemented through DataDomain's deduplication disk backup system and Sun's Storagetek tape backup unit. Computer backup systems are located at the NRPC facility in Ft. Collins, CO. Currently the maintenance contracts on these three entities expire at different times, annually. Scope Statement: To consolidate all three service level agreements into one annual contract with one expiration date -twelve (12) months after date of award, plus options to renew for up to four additional years. General Information:NRPC IT administers an environment consisting of Windows operating system clients (server and workstation) and a collection of database and web servers, some of which are accessible via internet access and others via intranet based applications. A high level inventory of network infrastructure components supporting NRPC business operations consists of:"The current service level agreements are at varying stages, including ones which has expired."Windows 2003 Standard and Enterprise Server versions - both 32 and 64 bit operating systems; (NRPC IT has deployed approximately 110 servers, including virtual servers)."Windows XP Professional clients utilizing Microsoft Office 2003; (NRPC IT has deployed approximately 400 workstations)."SQL Server 2005 Standard and Enterprise versions using both 32 and 64 bit database software."Oracle Server, Enterprise Edition, 9i and 10g using both 32 and 64 bit database software."CommVault and Backup Express software - used to accomplish critical file system backups."Microsoft Project Server 2007 - to manage the project portfolio."Microsoft Windows SharePoint Services (WSS) v3.0 - to support collaboration efforts."Microsoft Team Foundation Server 2008 - to maintain the internally developed code repository."Web servers utilizing Internet Information Server (IIS) and Apache."Assorted web applications developed using a combination of JAVA (J2EE), ASP.NET, and Cold Fusion v8."Lotus Domino eMail servers - to support communications for NRPC staff members."A device manufactured by Ravica systems - to perform environmental monitoring of temperature, power distribution, and moisture levels."Fibre Channel based storage area network (SAN) composed of DigiData, EMC, and DataDomain hardware."A wide area network (WAN) consisting of CISCO routers and HP Switches. Requirements:The NRPC backup solution consists of Commvault software utilizing D2D2T technology implemented through DataDomain's deduplication disk backup system and Sun's Storagetek tape backup unit. The following are the components of the system: S-PREM-RNWLCommVault Galaxy Software Premier Support Coverage:(24 hours a day, 7 days a week) (SLA for F6CB2 & F6CB3 Licensed Items) GOLD-7X24-STK-SVCGold 24/7 Storagetek Svc Plan (4 newest drives) S#: 574300208101, 574300208103, 574300209030, 574300209176GOLD-7X24-STK-SVCGold 24/7 Storagetek Svc Plan S#: 105802GU000270GOLD-7X24-STK-SVCGold 24/7 Storagetek Svc Plan S#: 559000200507 S-PLATINUM-1Platinum Support 1 year S-PLAT-565 Restorer:DD565R Serial Number: 7FP5732044S-PLATINUM-1Platinum Support 1 year S-PLAT-ES20-8TB Expansion Shelf:C-ES20-8TB-SC Serial Number: SHU8959000005D7S-PLATINUM-1Platinum Support 1 year S-PLAT-ES20-8TB Expansion Shelf:C-ES20-8TB-SC Serial Number: SHU89590000118C Deliverables:The vendor selected for this project will successfully implement a complete package of service level agreements for the above hardware/software making up the NRPC Backup solution, for twelve months after award, with options to renew each year for up to four additional subsequent years. The provision of services must include on-site support in addition to services provided via remote access. Requests for assistance must be responded to via email or phone within four (4) hours of contact. The vendor will provide on-site support by a qualified technician to resolve outstanding or ongoing problems that have be otherwise been resolved within 48 hours. On-site support will be conducted during normal business hours (7:00 a.m. to 5:00 p.m. local time) Monday through Friday. Remote access or consultation services will be provided within four hours of notification regardless of the day or time of day (i.e. 24/7 support). Restrictions: There is no known existing or potential conflicts of interest associated with this task. Rollout Strategy:Implementation of the service level agreements completed within 5 business days of receipt of contract acceptance. Security Clearance: None required; the effort is unclassified.Technical Contact:Tim GoddardNPS Key Official/COTRNational Park Service1201 Oakridge Drive970-267-2178tim_goddard@nps.gov PART II - CLAUSES INCORPORATED BY REFERENCE52.212-03 Offeror Representations and Certifications - Commercial Items52.223-04 Recovered Material Certification52.217-8 Option to Extend Services52.217-9 Option to Extend the Term of the Contract PART III - EVALUATION CRITERIA - Commercial Items (a) The Government will award a time and material (labor hour) contract resulting from this request for quote to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i). Demonstrated Technical Capability - The Offeror's response should clearly demonstrate the technical capability to analyze, troubleshoot, configure, test and confirm the comprehensive operational status of a robust disk-to-disk-tape data backup and recovery solution using Data Domain disk storage, Sun Microsystems Tape Backup Units and CommVault software. The quote should demonstrate the capability to provide on-site as well as off-site (remote) technical support to examine and quickly resolve problems.(ii). Past Performance - The quote will be evaluated on how the offeror demonstrates successful past performance for similar services. This may be a combination of references, technical papers, letters of referral and a list of staffing qualifications and certifications. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) Offerors must be registered in the Central Contractor Registration (CCR) at www.ccr.gov for their Representations and Certifications and should register at the Online Representations and Certifications Application (ORCA) website https://orca.bpn.gov/ PART IV - PRICE QUOTE Submit hourly pricing in accordance with the descriptions outlined in the Statement of Work. Pricing shall be inclusive of all labor, materials, supplies and equipment necessary to perform the outlined work.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=208df26c8fbaa7beed84211bf02c3700&tab=core&_cview=1)
 
Place of Performance
Address: Natural Resources Program CenterNational Park Service1201 Oakridge DriveFort Collins, CO 80525<br />
Zip Code: 80525<br />
 
Record
SN01797162-W 20090422/090420221549-208df26c8fbaa7beed84211bf02c3700 (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.