Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2003 FBO #0738
SOURCES SOUGHT

70 -- Computer and WAN Network Services and Equipment

Notice Date
12/3/2003
 
Notice Type
Sources Sought
 
Contracting Office
Federal Election Commission, Office of the Staff Director, Administrative Division, 999 E Street, N.W., Washington, DC, 20463
 
ZIP Code
20463
 
Solicitation Number
Reference-Number-FEC-NAICS541511
 
Response Due
12/15/2003
 
Archive Date
12/30/2003
 
Point of Contact
Jacquelyn Connell, Contracting Officer, Phone 202-694-1328, Fax 202-219-3505, - Jacquelyn Connell, Contracting Officer, Phone 202-694-1328, Fax 202-219-3505,
 
E-Mail Address
jconnell@fec.gov, jconnell@fec.gov
 
Description
The Federal Election Commission (FEC) is issuing this sources sought Request for Information (RFI) for interested parties to submit capabilities statements and information on computer and WAN network equipment, management, support, and monitoring services for the FEC mission critical systems to include (but not limited to) the following: Provided equipment/facilities from vendor: 1. Two dedicated Compaq Alpha DL20s (configured as a redundant cluster) each with at least 256 MB RAM and 96 GB of RAID1 clustered disk running OpenVMS 7.2. These servers must also include a directly connected tape backup device and two high-speed printers located at FEC Headquarters plus one local to the servers (for redundancy). These systems are required to support current custom application software. These systems must support at least 96 simultaneous interactive user jobs and 16 batch jobs, with each job capable of accessing at least 16 files per job. The source must provide all manpower to transition and test functionality from current systems; 2. Redundant high speed connectivity at a minimum of T-1 capacity connecting FEC Headquarters at 999 E. St NW, Washington, D.C. 20463 to the proposed hosting facility, two T-1 lines connecting FEC Headquarters to the FEC DC Branch office at 900 N. Capitol St, Washington, D.C. 20003, one T-1 line connecting FEC Headquarters to the U.S. House of Representatives, and one T-1 providing general Internet access to FEC Headquarters, with associated routers and CSU/DSUs. The line pairs shall be in fully redundant configuration. Information shall provide option to increase bandwidth for Internet access; 3. One full IPV4 Class C address range; Support for FEC-owned equipment: 1. Sun E4500 database server with two SCSI-attached Sun A5200 RAIDs running Solaris 8. Source will provide system level support and secure remote access, but FEC shall manage user accounts and Oracle software; 2. Two Sun E250 Web servers (supporting www.fec.gov) running Solaris 8, load balanced behind redundant Cisco Local Director switches. Vendor will provide system- and application (Apache)- level support and secure remote access, but FEC shall manage user accounts; 3. Two Compaq DL580 servers running Microsoft Windows 2000 and MicroStrategy 7.1.5; Enterprise DLT Tape Backup system; 4. Configuration and management of the following FEC-owned networking equipment located at FEC Headquarters: dual Cisco PIX 525 firewalls (configured in failover mode); one Cisco Catalyst 6506 switch and one Cisco Catalyst 5000 switch (in the process of being transitioned out of the environment, as FEC LAN is migrated to the Catalyst 6506); 5. VPN access for telecommuting FEC personnel to FEC servers at FEC Headquarters and proposed hosting facility; Additional services: 1. DNS service for the fec.gov domain, with facilities for FEC personnel to directly make changes as needed; 2. Backups of all servers listed above, weekly full and daily incremental, with 4 weeks of full backups stored locally plus one additional full monthly backup stored off-site (for disaster recovery). Vendor shall have the ability to restore individual files upon request and to perform addition backups on request and forward tapes to FEC Headquarters; 3. Account Management support: one primary account manager shall be assigned as the FEC point-of-contact for service requests during business hours, with a backup account manager available upon absence of the primary account manager; 4. 24x7 toll-free access for non-business hour support requests, including written procedures for submitting non-business hour requests. A list of FEC personnel authorized to submit requests will be provided. The vendor shall have a ticket tracking system in place, and all submitted requests will be issued a ticket number. The information shall include maximum completion time for various types of standard service requests (i.e. backup tape load, firewall rule change, etc); 5. Monthly account status meetings (via conference call or on-site at FEC Headquarters upon request); 6. Augmented networking services as requested; 7. Web-accessible realtime server and network monitoring statistics in graph format; 8. FEC personnel will maintain their own applications (Oracle, apache); however, vendor should include optional costs to assume these roles if FEC requires it. All servers must be supported with UPS power in a temperature- and humidity-controlled, 24x7 monitored, secure environment. All functionality must meet a service level agreement of 99.5% availability. FEC expects to upgrade and expand some FEC-owned equipment and to retire other equipment included in this RFI during the life of the contract resulting from the subsequent RFP. The vendor should be prepared to adjust support accordingly. Conversely, FEC reserves the option of assuming internal control of vendor-assigned functions listed in this RFI. Therefore, information should include summarized itemized pricing as well as packaged pricing. This is not a request for a cost proposal, information provided will be utilized to ascertain possible procurement costs. Interested firms that wish to respond to this RFI should provide the following information: (1) a brief summary of the services offered (2) a statement indicating an interest and the capability to provide the services as described, (3) brief statements of relevant experience based upon the criteria listed above, (4) a brief desciption of the technical approach to perform the services specified in this RFI (5) a cost information that will be used for budgetary planning purposes. The Federal Election Commission is issuing the RFI to industry. THIS NOTICE IS SUBMITTED TO DETERMINE INTERESTED SOURCES ONLY! It is neither a Request for Proposals (RFP)/Solicitation, nor an indication that the FEC will contract for services described in this RFI. There is no obligation on the part of the Government to acquire any services described in this RFI. The Government will NOT pay for information received in response to the RFI. Submitted documents will NOT be returned to those firms who provide responses to this RFI. The applicable North American Industrial Classification System code is 541511. Proprietary information will be safeguarded in accordance with applicable Government regulations. All interested parties must respond via e-mail with any questions and capabilities information on their services in sufficient technical and price detail to allow for a detailed evaluation to the Contracting Officer, Jacquelyn Connell, at jconnell@fec.gov or by mail at the FEC address provided in this notice. Indicate business size, if GSA schedule vendor and GSA contract number.
 
Place of Performance
Address: Federal Election Commission, 999 E Street, N.W., Washington, D.C.
Zip Code: 20463
 
Record
SN00480471-W 20031205/031203212515 (fbodaily.com)
 
Source
FedBizOpps.gov 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.