SOURCES SOUGHT
D -- NASA I3P - KSC ACQUISITION REQUEST FOR INFORMATION
- Notice Date
- 10/2/2008
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- RFI-NEDC-1
- Response Due
- 10/14/2008
- Archive Date
- 10/2/2009
- Point of Contact
- Jeff C Lamke, Contracting Officer, Phone 321-867-9342, Fax 321-867-8599, />
- E-Mail Address
-
jeffrey.c.lamke@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- John F. Kennedy Space Center (KSC) NASA Enterprise Data Center (NEDC) Acquisitionrelated to the NASA Information Technology (IT) Infrastructure Improvement Program (I3P)REQUEST FOR INFORMATION THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICEThis RFI is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not receive feedback on the information obtained through this RFIprocess.No solicitation exists; therefore, do not request a copy of the solicitation. Prior tothe release of any solicitation for this effort, a pre-award synopsis will be posted onthe Government-wide point of entry at URL http://www.fedbizopps.gov. A. Background In conjunction with the Agency Chief Information Officer's (CIO) NASA InformationTechnology (IT) Infrastructure Improvement Program (I3P) as outlined at the NASA IndustryBriefing conducted on July 23, 2008 at the Ronald Reagan International Building inWashington, D.C. (http://i3p-acq.ksc.nasa.gov/i3p/default.cfm) the KSC is currently inthe acquisition strategy development phase for NASA Enterprise Data Center (NEDC). NASAdata center services are currently provided under numerous contracts across the Agencywhich includes approximately 15,000 servers in 78 data centers which supportapproximately 80,000 desktops/laptops:serving approximately 18,000 NASA Civil servantsand 44,000 contractor personnel, 4500 applications, and 8000 websites.The current state of NASA data centers include:Three Agency Enterprise Data Centers: NASA Data Center (NDC) at MSFC, NASA Webportal managed by GRC, and Scientific and Technical Information (STI) managed by LaRC 75 other known data centers across NASAEstimated 15,000 servers Specific issues include:Applications range from small to very large enterprise systems.Physical facility issues related to new technology implementation (power andcooling)Large recurring capital investmentVarying and duplicative Enterprise services and service levelsUnder-utilized server and storage capabilitiesSimplification of Continuity of Operations Planning (COOP) and IT DisasterRecovery (DR) capabilitiesServer and storage sprawl Nonstandard policies, processes, and procedures across EnterpriseNASA directive for IT consolidation includes a Data Center component supporting:-end user services -web services-communications-enterprise applicationsThe target NEDC shall provide data center services and resolve the present Agency-widedisparate data center implementation. NASA is exploring all approaches for data centerconsolidation services ranging from: Housing, where a Data Center Vendor provides offsite facility space, power, HVAC,equipment racks, physical security, network and includes provisions for COOP and DR. NASA provides hardware (servers and storage devices), to maximize existing investments;NASA defines server and storage architecture. Hosting, which includes Housing capabilities listed above plus applicationhosting, system administration, IT security, data storage, servicesmonitoring/management, and mainframe services.Combination Integrated Approach, where a Data Center Vendor provides services tooperate NASAs onsite distributed data center infrastructure and implement best practicesto consolidate. The vendor shall transition and operate an integrated enterprise datacenter environment. This approach could maximize use of offsite housing and hostingservices to lower cost and provide efficient data center operation to ensure high serviceavailability and provide for COOP and DR. In addition this approach shall includemethods for introducing the rapid integration of hardware to assist in the transitionfrom legacy infrastructure to a consolidated and centralized architecture.The objective for NEDC is to provide an Agency-wide data center hosting and housingcapability, with secure physical and logical access, compliant with Federal requirements,achieving 99.7% (minimum Tier II+) to Tier III (99.9%) and level of availabilityincluding COOP / DR implementation. The NEDC scope could potentially include, but is not limited to, the following:Consolidate services into a single set of Agency data centers with a goal ofmaximum use of outsourced commodity-type data center services for housing and hosting As necessary, maintain a local data element of the NEDC at each NASA center tomeet center specific performance needsManagement of the above components by a single service provider The following preliminary acquisition schedule is provided below. It is subject torevision as requirements evolve: Responses to this RFI are due October 14, 2008 by 12:00noon EST. We plan to conduct Industry One-on-One Meetings October 15 - 16, 2008.Tentatively we are planning a Draft RFP release in December 2008, a final RFP release inFebruary 2009, with Contract award in September 2009. To request a one-on-one meetingemail the request to the point of contact identified below.NASA has implemented an I3P acquisition portal which can be accessed at the followinglocation: http://i3p-acq.ksc.nasa.govNASA/KSC plans to implement a NEDC Acquisition Portal to provide information related tothis acquisition for which KSC will have primary responsibility. This site can beaccessed via the I3P portal referenced above, when operational. The purpose of the sitewill be to provide supplemental information of use to industry. However, interestedparties should continue to monitor both the NASA Acquisition Internet Service (NAIS) andFedBizOps as the official sites for information/notices to industry regarding theacquisitions. B. INFORMATION REQUESTED NASA invites industry to submit feedback on the stated scope, schedule, technicalrequirements, and procurement approach October 14, 2008 by 12:00 noon EST. The feedbackshould be no more than 25 pages in length. Each 25-page submission shall includeresponses to questions listed in the following paragraphs. The response format is 8.5" x11", 12 pt, Times New Roman font. NASA is seeking capabilities from large businesses, as well as from small, smalldisadvantaged, 8(a), HUBZone, women-owned small businesses, veteran-owned,service-disabled veteran-owned, and/or Historically Black Colleges and Universities(HBCU) for the purposes of determining the appropriate level of competition. In additionto the 25-page submission, responses shall also include the following (limited to three(3) pages or less, formatted as above): name and address of firm, size of business,average annual revenue for past three (3) years and number of employees, ownership,business category as described above; number of years in business; affiliate information:parent company, joint venture partners, potential teaming partners, prime contractor (ifpotential sub) or subcontractors (if potential prime); and point of contact position,address and phone number. Please comment on the appropriateness of the above identifiedNAICS code.RFI responses should be directed as follows, marked as NEDC: NASA/John F. Kennedy Space Center (KSC), Procurement Office, Attn: Jeff Lamke, Code OP, KSC, FL 32899.Phone: (321) 867-9342 Email- jeffrey.c.lamke@nasa.gov For purposes of the NEDC RFI, please provide four hard copies of your response, plus twoelectronic (CD) copies. Interested firms should provide answers/comments to any or all of the following generalquestions and acquisition specific questions delineated below within the 25 pagelimitation. Answers which demonstrate clear benefit to performance, schedule and/or costare of particular value and interest to the Government. The Government is requestingresponses to the following:1. Provide a list of similar contracts of comparable scope, magnitude, and complexity tothese acquisitions that NASA should consider in developing the procurement strategy andsolicitation. Identify the contract number, brief description of scope, contract type,customer, approximate value and number of personnel, Government/Customer ContractingOfficer and technical points of contact with telephone numbers and E-mail addresses.Please expand to include any complexity issues you have encountered. 2. Provide comments relating to typical Industry acquisition schedule and the length oftime needed to perform a procurement of this magnitude, including the length of time andinformation necessary to conduct due diligence and assemble a comprehensive and accurateproposal for the work to be accomplished.3. NASA anticipates implementation of Information Technology Infrastructure Library(ITIL) V.3 compliant processes to manage the consolidated I3P effort. Describe how yourbusiness has applied the ITIL process to similar efforts, the advantages anddisadvantages, as well as any lessons learned.4. With regard to housing and hosting services, comment on the merits or disadvantagesof using government furnished property (e.g., servers, storage devices) versus vendorprovided property. Describe potential approaches whereby industry prices the range ofservices contemplated in a commodity fashion (i.e., fixed unit pricing).5. Given the anticipated requirement scope, the Government is very interested in industrycomments and recommendations for the most effective contract structure(s)/type, scope(s),and contract term. Provide a recommended contract structure(s), scope of contract(s), andterm for the anticipated scope. Describe the reasoning behind your recommendations andprovide the following:a. Describe the types of information that the Government wouldneed to provide potential offerors in order for them to accurately price such a contacttype. b. Based on your response to the above:i) describe objective standards thatcould be used to measure contractor performance, ii). describe potential methods toincentives innovations and cost savings throughout the life of the contract, iii)describe a set of service delivery components that could be banded and priced in such away to allow for incremental acquisition of these services as additional in scope work isidentified. Further, describe both risks and mitigations the Government should considerin its development of a procurement strategy and solicitation.Provide any relatedlessons learned from your previous contracts that support your responses to the above.6. As the technology and approach for providing the described services evolve,opportunities arise for increased efficiency and effectiveness. Recommend a contractfee/profit incentive approach that would lead the successful contractor to strive forthese efficiency improvements. Consider contract type in this recommendation anddiscussion. 7. Describe your recommendations for integration of services between I3P acquisitions(Data Center, Web Services, End User Services, Communications, etc), as well asintegration, migration and consolidation of operations at the many existing NASA DataCenters. NASA is anticipating replacing the current contract financial reporting andservice delivery management systems utilized on current contracts. These systems providecost reporting/forecasting, planned vs. actual cost reporting, cost analysis, PurchaseRequest (PR) tracking, Full Time Equivalent (FTE) analysis, etc. Describe the type ofsystem your business has used on similar efforts that could be used to successfullymanage the effort. 8. Describe your companys experiences (e.g. lessons learned) with similar types ofconsolidation efforts and your recommendations for transition of existing NASA datacenter services to the new contract. Also describe what support would be needed from theGovernment to affect a successful transition.9. What is the standard commercial data center best practice for transferring hostedservices (applications and data) from a legacy data center hardware platform to anoutsourced provider hardware platform?Does the new data center service providertransfer hosted applications and associated data and validate in new environment; doesthe existing data owner move the data and validate in new environment; is there a sharingof transfer responsibility? What are the issues and lessons learned on each of theabove transfer scenarios? In addition, what are the industry best practices to accomplishthis type of transition?10. What is the industry experience with moving existing data center hardware to a newlocation in each of the two scenarios: a) equipment is provided by the customer (GFE), b) equipment is owned by the service provider (CFE). Also what are the pros and cons ofcustomer provided property being mandated for use in a data center service model? 11. Address any innovative approaches industry has implemented to effect low riskapproaches to moving data center hardware to a new geographical location. Includeexamples of non-traditional concept of operations that might help us meet our goals, suchas, data center PODS or Data Center in a Shipping Container. Information is requestedto assist NASA in developing potential solutions for change management of as isenvironments to to be environments.12. Describe potential opportunities for corporate investment and how industry wouldrecoup this investment; including innovative approaches where other statutory authoritiesmay be available, such as, use or lease of Government owned real property. 13. NASA is still defining the specific scope to be delivered in each of the I3Pacquisitions. This acquisition may include Center Unique services such asconsolidation and/or operation of Center specific data centers, transfer of data fromexisting hardware, software and data to any new data center hardware, includingresponsibility for ensuring operability of transferred assets and data. Please provideyour companys opinion on the services/scope that should be provided by NEDC as well asthe efficiencies and impact. 14. Describe your mainframe services costing model and security features.The Government will use the information provided to develop a comprehensive procurementstrategy and solicitation. Any information used will be on a non-attribution basis. Restrictions that would limit the Governments ability to use the information for thesepurposes are of limited value to the Government and are discouraged. If proprietaryinformation is provided all such data shall be appropriately marked on each page.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ddea67593ee2b59cf26f87624358fb11&tab=core&_cview=1)
- Record
- SN01687282-W 20081004/081002220625-ddea67593ee2b59cf26f87624358fb11 (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 |