Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOURCES SOUGHT

D -- HOSTING SUPPORT SERVICES

Notice Date
5/14/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Office of Management Services, ACM-D, Office of Management Services, ACM-D, 1800 F Street, NW, Washington, District of Columbia, 20405-0000
 
ZIP Code
20405-0000
 
Solicitation Number
HOSTINGSUPPORT
 
Point of Contact
Diane P. Taylor,, Phone: 202-208-1822
 
E-Mail Address
diane.taylor@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. General Services Administration, Office of Management Services, on behalf of Office of Acquisition Systems/Integrated Acquisition Environment is issuing this sources sought notice to measure the interest and availability of both large and small companies that are capable of performing Consolidated Managed Hosting Services. A major requirement is that the company must demonstrate ownership of the hosting facility where the service will be performed. Overall, the government requires hosting services that will allow the GSA Program Management Office to consolidate the Integrated Acquisition Environment (IAE) portfolio in one location. The IAE portfolio currently consists of nine applications that facilitate the pre and post award procurement processes across the entire Federal Government. This acquisition will include the managing and hosting of the current and future states of the IAE portfolio. The interested companies must demonstrate the ability and capability to meet the government's business requirements for responsive, reliable, scalable, securable, and highly available managed hosting services. Based on the requirements below send a brief note of interest indicating your company's ability, capability and experience to meet the following requirements; also include your DUNS number and CCR CAGE code. The contractor will: • Provide and manage a company owned secure hosting facility for the following system environments, to include: o Development environment o Testing / quality assurance (QA) environment o Acceptance (including IV&V) environment o Primary production environment o Back-up production environment (COOP) o Data center physical security o Security policies and procedures o Upgrade and updates for all environments, including operating systems • Provide dedicated server hardware or utility computing hardware, Wide Area Network (WAN) and Local Area Network (LAN) equipment (i.e. routers, switchers, firewalls, load balancers, etc) to support consolidated hosting environment and services to accommodate over 600,000 registered public and government users with an approximate concurrent connection count of 200,000 users. • Provide Trusted Internet Connections (TIC) compliant and redundant network bandwidth to support consolidated hosting environment with an average of 16M hits or searches per month • Comply with Earn Value Management System (EVMS) • Conduct infrastructure administration and operations for consolidated hosting environment • Provide maintenance and support of the consolidated hosting environment (operating systems, infrastructure, and servers), to include, but not limited to: o Implement IAE approved infrastructure configuration o Establish and maintain configuration and system parameters in a consistent manner across all environments o Perform authorized system changes as defined by the Government PMO o Execute environment creation, upgrade and refresh in accordance with Government PMO guidance o Coordinate impacts of all infrastructure maintenance with Government PMO and/or designee adhering to the IAE PMO, Change Control and Configuration Management procedures o Work with other vendors who are developing application software and monitoring system performance • Environment must meet all Government safety and moderate level security requirements • Work with Government PMO and other contactors of the IAE portfolio to perform transition and migration planning and to implement the consolidated hosting environment • Define and document standard operating procedures for maintaining specified service levels and measuring performance • Provide extensive knowledge and experience with IT service strategy, service design, service transition and migration, service operation and continual service improvement. • Ability to document a best practice IT service framework using relevant industry standards, such as the Information Technology Infrastructure Library (ITIL) • Provide availability guarantees based on performance service level requirements that will support the transition and migration of IAE portfolio to an IAE Integrated Service Enterprise Architecture, which will be defined at a later date; • Provide program and project management; operational and maintenance support via a common service infrastructure for IAE systems portfolio. Upon review of industry response to this Sources Sought Synopsis, the Government will determine the acquisition methodology that is in the Government's best interest. This synopsis is a market research tool being used to determine the availability and adequacy of potential company's sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested companies submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, at a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your company acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. The documentation should also provide the roles/responsibility of your company on these projects. (2) Company Profile to include number of employees, office location(s), hosting facility location(s) that is owned by the company where the service will be performed, DUNS number and CAGE Code. RESPONSES ARE DUE THURSDAY, JUNE 25, 2009 NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via email to diane.taylor@gsa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/GSA/ACM-D/ACM-D/HOSTINGSUPPORT/listing.html)
 
Place of Performance
Address: na, United States
 
Record
SN01817082-W 20090516/090514220046-c6d1edd9fe83adf78c9a94cdb1c5e618 (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.