Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOURCES SOUGHT

R -- System Administrator Level III

Notice Date
7/15/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-DE-2016-214-KEW
 
Archive Date
8/14/2016
 
Point of Contact
Kyle Wisor, Phone: 3014023670
 
E-Mail Address
Kyle.Wisor@nih.gov
(Kyle.Wisor@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
A. Small Business Sources Sought Notice: NHLBI-CSB-DE-2016-214-KEW B. Title: System Administrator Level III C. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; and (2) their size classification relative to the North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific and Technical Services, for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. All capability Statements sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via email) to Kyle Wisor, Contract Specialist, at kyle.wisor@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by July 30th, 2016, 9:00 AM, EASTERN TIME under Solicitation Number: NHLBI-CSB-DE-2016-214-KEW. FAXES ARE NOT ACCEPTED D. Information: 1. Background The mission of the National Institute of Dental and Craniofacial Research (NIDCR) is to improve oral, dental and craniofacial health through research, research training, and the dissemination of health information. NIDCR accomplishes its mission by: performing and supporting basic and clinical research; conducting and funding research training and career development programs to ensure an adequate number of talented, well-prepared and diverse investigators; coordinating and assisting relevant research and research-related activities among all sectors of the research community; promoting the timely transfer of knowledge gained from research and its implications for health to the public, health professionals, researchers, and policy-makers. The NIDCR Office of Information Technology (OIT) oversees and coordinates the Institute's information technology (IT) activities, develops strategic IT plans, ensures Institute compliance with all applicable regulations, establishes and oversees the Institute's IT policies and guidelines and provides for appropriate security of IT systems, and provides leadership, focus and operational support within the Institute for implementation of IT policies and standards. In addition OIT manages IT projects, develops and maintains state-of-the-art IT facilities and equipment, oversees network infrastructure and internet and intranet services, develops and maintains Institute-wide and program-specific databases and information systems, and designs and implements continuing professional development programs of computer literacy and competency for Institute staff. As part of OIT's mandate, it provides for a variety of IT support and services to all NIDCR staff. The customer base is comprised of highly skilled professional specialists in the life sciences, grants management, administration, and other areas devoted to the support of the Institute's scientific portfolio and agenda. These customers require prompt IT support and expect the highest levels of expertise and professionalism from OIT and contract support staff. NIDCR OIT Environment: • OIT provides IT support between 400-500 staff members (this number fluctuates each year with an influx of students, fellows, and interns into building 31, 30, 35, and 10 during the summer months). • The Institute provides managed storage using: -HP LeftHand SAN 14-30TB (depending on replication level between two facilities) used for high-availability Hyper-V server storage -Tier 2 (archive, large scientific data sets) HP Storage Works 400TB • Microsoft Azure StorSimple enterprise hybrid cloud storage solution (100TB on prem. 400TB in Azure). • DHCP, file and print services, SharePoint, and specialized software. Most server based services provided by NIDCR are Microsoft Windows Server based technologies. • OIT manages approximately six (6) Microsoft Hyper-V host servers, approximately 42 Hyper-V guest VM servers, and approximately 6 additional stand-alone servers (mostly running Microsoft Windows 2008 R2, but increasingly moving towards Windows 2012 R2). The institute also makes extensive use of SQL Server 2008 R2 and SQL Server 2012 RS. • NIDCR employs Microsoft System Center for server administration, although we have not yet fully employed all of its capabilities. The tool is only used for VM management at present. • OIT has a staff of three server administrators and one server team lead who work cooperatively with NIDCR desktop support staff to provide centralized server-based services (storage, etc.). • NIDCR is provided network support via a service level agreement with the NIH Center for Information Technology (CIT). • OIT server/SAN infrastructure is spread among three main data centers in Executive Blvd, Sterling and the Bethesda Campus. The latter two sites are managed by CIT and the first is operated by the National Institute of Neurological Disorders and Stroke (NINDS) • The group currently uses Backup Exec 2014 version 14.1. 2. Purpose and Objectives The purpose of this acquisition is to procure the services of a Contractor who will be responsible to plan, implement, oversee and maintain the server and network infrastructure projects within OIT. This task order will seek to ensure that all network technology infrastructure is maintained and services optimized, along with proper security / backup and administrative policies. 3. Scope of Work Tasks: The contractor shall provide and perform engineering and analysis to improve and upgrade existing system performance to meet existing and emerging operational requirements. Specifically to this requirement, the Contractor shall: 1. Migrate any storage infrastructure out of End of Life SAN/Server infrastructure to Azure or other storage at NIDCR. 2. Implement, execute, and document migration of any existing storage on End of Life or other storage solutions at NIDCR to Azure and Azure StorSimple. 3. Implementing Back-up Policy o Ensure backup and recoverability for production servers for disaster recovery, system restores, as well as file and database level recovery based on NIDCR's recovery requirements in terms of recovery time, and backup retention resources available. This requirement will also involve the deployment of new backup hardware such as tape units or HDD units. o Automate alerts in regards to backup o Manage space/retention for backup storage o Fully document all backup procedures, infrastructure, and delivery a contingency plan for all NIDCR data and server infrastructure. 4. Administering Hyper-V Servers and executing VM management tasks for both production and test environments: o Monitoring servers - rapidly and effectively diagnosing and solving all outages or performance problems o Participating in the administration of Active Directory, DNS, DHCP etc. o Create for NIDCR a set of gold images for Hyper-V for use in creating future services. o Managing patch testing, deployment and maintenance activities  Automate patching using available tools.  Fully document all patching, VM creation, and monitoring tools and procedures used for this task. 5. Collaborate with other team members on data center, network administration, backup and disaster recovery efforts and strategies. 6. Troubleshoot a wide variety of operating system, application, database-connectivity, and network-related issues within a heterogeneous operating environment (including Windows and Linux systems): o Problem resolution o Execute activities/analysis required to maintain steady state of service, and proactively identify problems/issues o Understand scientific customer base and use of services behind technical components. 7. Perform all maintenance and troubleshooting of operating system issues interfacing with appropriate vendors, as needed. 8. Monitor the storage area volumes. Provide quarterly reports indicating space utilization vs. available space. Work with Scientific partners on steps to address storage housekeeping and space utilization issues. 9. The contractor shall provide system configuration management. The contractor shall configure user software, modify software configuration, perform basic configuration management functions, and network computer security. 10. Provide technical and procedural direction to OIT for the actual implementation of the network servers used, as well as interface with internal users, development personnel and other technical staff. o Document technical requirements, develop and oversee project plans and implement change control procedures. Facilitate design sessions and architectural reviews. Participate in technical advisory roles, as required. Tour of Duty: The Government considers one (1) full-time equivalent (FTE) employee as equaling 1,920 direct labor hours. The 1,920 hours are based on the most common direct work year of 2,080 hours less 40 hours for vacation, 40 hours for sick leave, and 80 hours for paid holidays. Therefore, the Contractor is expected to propose 1,920 for a full-time equivalent employee. The Contractor should factor vacation, sick leave, and the ten (10) Federal holidays as an overhead expense in the fixed hourly rate. *Weekend and evening work may be required in support of this Task Order. Deliverables: By the end of the contract period, the Contractor must accomplish the following goals: • EOL SAN Migration • Have at least 20% of production Servers on Hybrid Azure Cloud StorSimple • Automate Patching for Server/Host infrastructure • Streamline/automate backup procedures and functionality, and update NIDCR's contingency plan accordingly • IPv6 implementation on NIDCR OIT infrastructure Government Furnished Equipment (GFE) NIDCR will provide use of appropriate Government Furnished Equipment for use by the contractor to access NIDCR's network, both onsite and via NIH remote access, as deemed necessary for the duration of the contract. The contractor will store all documents and data stemming from this contract on an NIDCR file share location specified by the NIDCR OIT and the NIDCR ISSO. The contractor will follow all HHS, NIH, and NIDCR specific policies and procedures with regard to use of GFE. The contractor will not use contractor-owned equipment to store work product or data that is acquired to conduct the tasks stemming from this contract. If the contractor already has NIH-supplied GFE, the contractor will provide the GFE at the request of the NIDCR COR, for inspection to ascertain if it meets policies and standards. 4. Capability Statement Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement: a. A general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. b. Information as needed in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. c. The respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZONE, etc) pursuant to the North American Industry Classification System (NAICS) code: 541990, All Other Professional, Scientific, and Technical Services, Small Business Size $15M. d. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. e. The capability statement shall not exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins. f. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 5. Closing Statement All capability Statements sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via email) to Kyle Wisor, Contract Specialist, at kyle.wisor@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by July 30th, 9:00 AM, EASTERN TIME under Solicitation Number: NHLBI-CSB-DE-2016-214-KEW. FAXES ARE NOT ACCEPTED. This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2016-214-KEW/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIDCR, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04184653-W 20160717/160715234634-111b18ae50f234b8775a2fbbab020fa9 (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.