SOURCES SOUGHT
D -- Linux solution
- Notice Date
- 7/23/2009
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
- ZIP Code
- 63010-6238
- Solicitation Number
- HM1575-09-T0026
- Archive Date
- 8/21/2009
- Point of Contact
- Donna J. Warren, Phone: 314-676-0181
- E-Mail Address
-
donna.j.warren@nga.mil
(donna.j.warren@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this announcement. The National Geospatial Intelligence Agency (NGA) is researching the market availability of firms that can potentially provide the services described herein. The capability information provided in response to this sources sought is not expected to be a proposal, but rather capabilities statement regarding the company’s experience for the type of service and support as described herein. The information should describe how and why NGA would utilize your Linux solution; not only responding to the ability to meet the criteria, listed but detailed ability to ensure it is the solution for NGA. Do not include marketing materials or website links. Information is to be submitted by COB 6 August 2009. Capability packages must not exceed 10 pages, 12 point font and must be submitted electronically. Linux Technical specifications and performance requirements for NGA enterprise agreement: 1. NGA requires an open source Linux operating system that is fully compatible with our existing Linux solution (Red Hat Enterprise Linux) 2. The ability to scale deployments without increasing administrative overhead: a. Ability to update existing servers without rebuilding, reconfiguring, reloading applications and re-accrediting existing systems. b. Add servers to environments without buying additional support tools necessary to provide updates/patches for servers not connected to internet. c. If additional software/services are required to update/patch servers not connected to the internet they must be identified. 3. The ability to manage the complete life cycle of a Linux infrastructure or more specifically the current NGA Linux infrastructure, to include the ability to deploy, configure, manage, update, and then re-deploy Linux systems, all from a single GUI console. 4. The ability to keep track of systems and applications from within the Network console by viewing reports that let system administrators take action before performance becomes an issue. 5. Provide detailed capabilities to achieve compatibility with existing virtualization environment (VMware) - VMware is the current virtualization solution in use at NGA today. (If additional subscription products or software are required to support VMware they must be identified). 6. Support calls shall be answered and serviced at locations within the CONUS 7. Top Secret /SCI cleared support personnel and facility in the event NGA has to provide classified information from a machine to the vendor for analysis. This may be accomplished either by sending the data to an approved classified system or bringing a cleared contractor to an NGA facility. 8. Versions must meet common criteria evaluation for EAL4 accreditation. EAL4 permits a developer to gain maximum assurance from positive security engineering based on good commercial development practices which, though rigorous, do not require substantial specialist knowledge, skills, and other resources. EAL4 is the highest level at which it is likely to be economically feasible to retrofit to an existing product line. EAL4 is therefore applicable in those circumstances where developers or users require a moderate to high level of independently assured security in conventional commodity target of evaluation (TOEs) and are prepared to incur additional security-specific engineering costs. It is anticipated that if a contract is awarded it will be issued on a firm-fixed price basis with a one year base period and two option periods. In addition, Companies are to provide detailed information on their background, experience and capabilities in the following areas with Linux and the ability to ensure compatibility with NGA’s existing Red Hat environment. NGA is seeking a Linux solution. 1) It is anticipated that this requirement falls within NAICS 541519, size standard $25 million. Provide your small business status information for this NAICS along with your qualification information under any other SBA program. 2) Experience in management of the complete life cycle. 3) Experience in VMware. 4) Your company’s experience in supporting a project entering into existing environments with a Linux solution. Please describe the magnitude of projects you’ve completed. 6) Your company’s facility security clearance and availability of cleared personnel at TS/SCI. 7) Company name, Point of Contact, address, phone number, and email address. Submit the above information via email to Donna J. Warren, Contract Specialist, at donna.j.warren@nga.mil. Telephone number is 314-676-0196. You may call to verify receipt of your capability statement. Contracting Office Address: Attn: ACSS Mail Stop L-13 3838 Vogel Road Arnold, Missouri 63010-6238 Primary Point of Contact: Donna J. Warren Contract Specialist donna.j.warren@nga.mil Phone: 314-676-0196 Fax: 314-676-3010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM1575-09-T0026/listing.html)
- Record
- SN01885181-W 20090725/090724000126-27288e385f81794c9522bc2dda3d78eb (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 |