Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
MODIFICATION

R -- RFI-Defense Agencies Initiative Application and Database Administration, Maintenance, and Support-RFI

Notice Date
12/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Business Transformation Agency, Business & Management Division (BTA-BMD), 241 18th Street, Suite 100, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HQ0566-11-X-0RFI
 
Archive Date
2/4/2011
 
Point of Contact
David Blocker, Phone: 703-607-3927
 
E-Mail Address
david.blocker@bta.mil
(david.blocker@bta.mil)
 
Small Business Set-Aside
N/A
 
Description
Defense Agencies Initiative Application and Database Administration, Maintenance, and Support Notice Type: Request for Information (RFI) NAICS Code: 541512 - Computer Design Services? A. Purpose: The purpose of this RFI is to gain knowledge to determine if it is in the best interest of the Department of Defense to acquire cost effective and efficient services using industry best practices that would optimize the application and database maintenance and support of the DAI system, a web application predominately Commercial-off-the-shelf (COTS) based, using Oracle RDMBS TM and E-Business Suite. The DAI Program Management Office (PMO) is seeking information from industry regarding capabilities, current industry best practices for similar government clients, any recommendations applicable to the requirements, and a rough order of magnitude pricing for this type of requirement. The DAI Program Office objective is to obtain support of the application and database for the DAI system. The requirement is to ensure sustainability, maintainability, availability, continuity of operations, and user support for the DAI system. More specific details are provided below. •1 Background •1.1 The Defense Agencies Initiative (DAI) is a DoD enterprise initiative that will modernize and transform the financial management capabilities of the Defense Agencies. The mission of DAI is the following: "Transform the budget, finance, and accounting operations of the DoD Agencies to achieve accurate and reliable financial information in support of financial accountability and effective and efficient decision making throughout the Defense Agencies in support of the missions of the warfighter. [1] " The Defense Agencies are replacing their existing financial management and accounting systems to comply with the statutory and regulatory United States Standard General Ledger (USSGL) requirements. The DAI Program has begun implementation of Oracle 11.5.10.2 to the Business Transformation Agency (BTA) and Defense Technical Information Center (DTIC). DAI is a web-base system hosted in Government facilities in the Defense Information Systems Agency (DISA) Standard Operating Environment. •2 Instructions to Responders Respondents should include comments on any areas of concern not specifically addressed elsewhere in this RFI. Responses are to include company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. Marketing brochures will not be considered adequate information as a response to this RFI. Responses to this RFI must be submitted via email by 12:00 pm (EST) on 20 January 2011 to david.blocker@bta.mil. DISCLAMER: This notice is not a solicitation and does not obligate the government to issue a solicitation. This Request For Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this RFI or accepted by the government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked "proprietary" or "confidential" will be treated accordingly. Information received in response to this RFI will not be returned. The purpose of this RFI is to gather information for use by the DAI program Contracting Office Address: 1851 S. Bell Street Arlington, VA 22202 Primary Points of Contact: David Blocker, Senior Contracting Officer Phone: (703) 607-3927 Email: david.blocker@bta.mil •2.1 Definitions Contractor - the organization providing services to support DAI application. Offeror - the organization responding to this RFI. •3 Performance Requirements •3.1 Key Feature The key feature DOD is seeking is high availability and cost effective of service levels that are demonstrated by existing documented practices and existing client base. The contractor would have control over software product upgrades and changes to assure that service levels are maintained. This may be represented in any documented practice the offeror may have in place as part of their existing business practices. •3.2 Task 1 - Application Management Support •3.2.1 Subtask 1 - Project Task Management The contractor shall manage and administer a system of internal controls for all management, administrative, and system engineering tasks related to infrastructure support. Management of these operations shall implement processes that are risk-based, cross-functional and cost effective to optimize and streamline operations. This includes but is not limited to the following: Perform overall integrated instance planning, manage and administrate the Infrastructure Integrated Master Schedule and the overall system environments to include development and test, continuity of operations (COOP), and production. This means working with DISA and DAI development teams to understand new infrastructure requirements. And additionally work with the DAI Scheduler to integrate into the overall program master schedule. •3.2.2 Subtask 2 - Technical Infrastructure Architect (TIA) The Contractor shall provide on-site engineering expertise in defining the DAI technical infrastructure and architecture. The TIA resolves technical issues, ensures that all components of the technical architecture are properly integrated, coaches the technical team and provides technical support and technical quality control throughout all stages of the project. The TIA prepares, oversees and ensures the integrity of the plans and tasks associated with platform (hardware, software and network), performance, dependability, security, disaster recovery, performance, testing and overall operational readiness of the infrastructure. The TIA conducts hardware sizing, performance, upgradeability reviews and benchmarking and provides overall advice to the Government of the DAI technical architecture baseline. The TIA is a liaison with the functional and interface experts to ensure there is no impact to performance of the technical infrastructure. If an issue is identified the TIA will coordinate with Oracle Support via the Technical Assistance Requirements (TARs) to resolve outstanding issues following the DAI Configuration Control process. The TIA will assess options and provide recommendations for encryption of data at rest and data in use; data labeling, data masking, database vault, and access control. The TIA will also provide recommendations for landscape and instance management, sound design technique, tuning for optimum performance to include the use of Grid Control, and Configuration Management. The TIA should have familiarity with the DoD Acquisition 5000 series, especially familiarity with the the system engineering and risk plans. •3.2.3 Subtask 3 - Instance Management The Contractor shall manage and maintain instances in support of the DAI program operations, evolution, and deployment. Responsibilities include ensuring Production uptime service levels are maintained; also included: backup, recovery, refresh, performance tuning, and security (physical and data). The Contractor shall perform the necessary Oracle software related tasks, understanding that DISA will perform the necessary infrastructure tasks to Production, Test, and Development instances in support of the DAI program operations, evolution, and deployment. The Contractor shall comply with the attached references for all Production environments. For Non-Production support, the Contractor shall perform routine and advanced tasks that support functional, technical, and integration of instances including: setup, refresh, code migration, user creation, pre/post clone steps, data scramble techniques, and Information Assurance (IA) requirements. •3.2.4 Subtask 4 - Patch Management The Contractor shall provide full administrative patching and tuning for the Oracle E-Business Suite (EBS) across all environments. •3.2.5 Subtask 5 - Information Assurance Support The Contractor shall support the DoD Information Assurance Certification and Accreditation Process (DIACAP) IA Control Mitigation process and the Information Assurance Vulnerability Management (IAVM) process for the Oracle applications/database and will coordinate all product upgrades and patches through the DAI Configuration Control process. The Contractor shall provide an update to the DAI COOP Plan that is NIST 800-34 compliant, and once implemented, provide to ensure an adequate level of encryption of stored sensitive data, and remediate identified DIACAP issues. The Contractor shall support the DAI disaster recovery test exercise, collect, maintain, and review appropriate audit logs, database and application archive records and report anomalous findings in accordance with 5.1.7. The contractor shall assist the government of the optimal design considerations for protecting Personally Identifiable Information (PII) and sensitive data at rest. The design should consider the system performance/ response times for encrypting/decrypting data at rest. •3.2.6 Subtask 6 - Performance Monitoring and Capacity Planning The Contractor shall work collaboratively with the DAI program office to complete performance and capacity planning tasks to ensure that the Production operation system meets targeted performance and workload requirements. This includes: forecasting data transaction volumes and throughput requirement for online and external interface processing, forecasting hardware/network requirements necessary to meet target system workloads, performing benchmark tests before system cutover to measure system performance and throughput characteristics, capacity planning, and tuning the configuration of the operating system application software middleware and or hardware to improve the performance and throughput characteristics of the systems as required, develop and implement Production and T&D health checks that identify, at a minimum, Concurrent Manager status, Tablespace, file system space, database status, file system alert mitigation, and listener status. The contractor shall ensure DAI operates within Recommended Performance Parameters. Any future system should meet certain minimum performance objectives that may include: •§ Support 91,382 registered users with annual growth rate of 7,000 to 25,606 per year with anticipated 46,998 new users with full operational capability (FOC) in FY15. •§ Support 1,000-1,200 average concurrent users with a peak of not more than 5,000 to 7,000concurrent users. •§ Support processing peak in usage (estimate 20% over normal usage) the last weekend of every month (month closeout, year end closeout, and data conversion of new agencies). •§ Process 2,000,000 to 2,500,000 transactions per day •§ Process each real-time data input transaction within five to six seconds exclusive of network transit. •§ Ensure proposer hardware and software sizing to support maximum total users of 110,000. •§ Ensure system redundancy and high availability are built-in to avoid single point of failure across the application and database tiers. 3.2.7 Subtask 7 - Incident Management The Contractor shall perform problem resolution activities for all supported production and non-production databases, applications and systems. The contractor shall perform Application System Administration, Database Administration, and Application support to the DAI Help Desk. 3.2.8 Subtask 8 - Technical Support to the DAI Help Desk The Contractor shall document system change requests as appropriate and comply with the DAI Configuration Control process. Contractor resources shall be capable of performing routine user maintenance within the application (creation, deletions, and modification of users and user defined lists) while also being capable of working with users to troubleshoot advanced functional, technical, and integration issues with DAI that require a fundamental understanding of the Oracle application and configuration as implemented and deployed to quickly identify and resolve system and user issues. The contractor must be capable of diagnosing and responding to a variety of user connectivity issues. 3.2.9 Subtask 9 - Disaster Recovery and COOP Support The Contractor shall provide expertise in support of the development and implementation of a COOP, to include disaster recovery planning, disaster recovery testing, and disaster recovery support and recovery restoration. The Contractor must work collaboratively with the DISA DECC, DISA Systems Engineers, DISA Network Engineers, and DISA Disaster Recovery Team. 3.2.10 Subtask 10 - Oracle EBS 12 Transition Plan The contractor shall provide the government with a transition plan and recommendations for upgrading DAI infrastructure from Oracle EBS 11 to EBS 12. •3.3 General Information •3.3.1 Non-Disclosure The nature of work may require the contractor to access data and information proprietary to a contractor or government agency and/or of such a nature that its dissemination or use, other than in performance of duty, would be adverse to the interests of the government and/or others. •3.3.2 Security/Identification Badges All contractor personnel must be eligible to receive a DOD common access card. As privileged system access is required for this type of work, all contractor personnel must fully meet the qualifications for immediate IT level II designation. •3.3.3 Equipment and Materials The DAI PMO intends to provide the office space and necessary equipment (e.g., modular desk space, telephone, network connectivity, printer access, plotter access, copiers, and conference rooms). The DAI PMO will provide laptop computers. The DAI PMO will provide access to software tools as required to authorized Contractor personnel. 3.3.4 Place of Performance All Production application and database support activities will be performed on-site at the DAI Program Office in the Washington DC area to the maximum extent practical. Production support will be provided on a 24x7 basis. All Non-Production application and database support activities will be performed onsite at the PMO in the Washington, D.C. metro area. On-site non-production support will be required Monday through Friday, from 7 AM to 7 PM. Weekend and on-call non-production support will be coordinated 24 hours in advance. •4 Information to be provided in responses •1. Provide a description of your company, the market segment supported and special corporate capabilities necessary for enterprise services in addition to any special qualification factors that are essential for success. •2. What are the available application and database support with ROM pricing (for planning and budgetary purposes)? •3. Support service agreements associated with each solution (providing detailed material or demonstration of the existing products or solution approaches.) •4. How do you increase capacity and charge for it when the customer needs more capacity or the application demands more from the infrastructure? •5. What are the applicable best practices in the application service provider? (Show us your existing product offerings in detail.) •6. Provide evidence of a large web application that you currently provide a "guaranteed" service level for through exercise of the Key Features the Government is seeking. •7. How do you protect your customers in the event that you cease operations or the customer elects to move to another service provider? •8. What suggestions do you have for improving the division of responsibility discussed in Sections 3.2 - 3.4 •9. What process improvement approaches, if any, do you use? •10. What existing DOD Contract Vehicles do you offer these services on? •11. What other factors should the DOD consider? [1] Source: DoD FY2008/2009 President's Budget Request, February 2007. p. 5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/BTA/BTA-BMD/HQ0566-11-X-0RFI/listing.html)
 
Place of Performance
Address: 1851 South Bell Street, Arlington, Virginia, 22240, United States
Zip Code: 22240
 
Record
SN02340608-W 20101210/101208234120-dc028baa75b023e79675a2c205cfb352 (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.