Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

R -- NB180000-12-05117 NIST Public Cloud-Cloud Storage and Virtual Machine Services

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB180000-12-05117
 
Archive Date
10/31/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-60 The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25M. This acquisition is being procured as a small business set-aside. Background The Enterprise Systems Division (ESD) of the Office of Information Systems Management (OISM) at the National Institute of Standards and Technology (NIST) has initiated an Infrastructure as a Service (IaaS) project to provide the ability to host applications, servers, and storage space and provide access to these resources on demand in a government community cloud environment. NIST is seeking to obtain Federal Community Cloud services that will provide an on-demand, self-service IaaS offering to NIST OISM's customers. The goal is to establish consolidated and integrated public service delivery capability for Development/Testing that will streamline the implementation and support of NIST websites, virtual machines, and applications to the Public Cloud. NIST seeks a Cloud Service Provider to deliver cloud storage and virtual machine services in a Federal Community Cloud. The purpose of this acquisition is to obtain IaaS in a Public Cloud environment that contains all required security, service delivery and hosting capabilities necessary to effectively support the development, testing, quality assurance, and production needs of NIST. The IaaS solution shall provide NIST with the following: • Identify the challenges presented in implementing/offering private, public, and hybrid cloud-based IaaS capabilities in NIST's environment • Identify chargeback, network, and security strategies for an on-demand self-service infrastructure • Identify cloud platform virtualization layer requirements • Identify cloud management layer requirements • Identify the challenges in migrating virtual servers among on-premise and off-premise IaaS providers • Understand interoperability between NIST Private cloud and provider's community cloud • Increase OISM expertise in Cloud Computing deployment models • Develop an architectural design for an OISM IaaS cloud Scope of Work The purpose of this procurement is to acquire Federal Community Cloud services that will provide an on-demand, self-service Infrastructure as a Service (IaaS) offering to NIST OISM's customers. The goal is to establish consolidated and integrated public service delivery capability for Development/Testing that will streamline the implementation and support of NIST websites, virtual machines, and applications to the Public Cloud. The Contractor shall conduct all necessary work to prepare and provide IaaS offerings in accordance with the listed requirements. All work and services shall be performed in accordance with the terms and conditions in the Blanket Purchase Agreement (BPA), numbered QTA010MAB0016, issued by the General Services Administration (GSA) for Infrastructure as a Service. NIST is competing this requirement among the GSA IaaS BPA holders that have a completed GSA sponsored Authorization to Operate (ATO) under the BPA. This Public Cloud environment will contain all required security, service delivery and hosting capabilities necessary to effectively support the development, testing, quality assurance, and production needs. All services delivered will be required to meet vendor-offered Service Level Agreement (SLA) as well as the requirements described. Period of Performance The base Period of Performance will be twelve (12) months from date of award. Services will be provided at the vendor location. Requirements The requirements focus on IaaS service offerings, specifically for Storage Services and Virtual Machines (VM). The Government retains ownership of any user created/loaded data and applications hosted on vendor's infrastructure, and maintains the right to request full copies of these at any time. The contractor must provide an infrastructure that meets the following general requirements: 1. Provide the capability to unilaterally provision computing capabilities, such as server time and network storage, as needed automatically without requiring human interaction. 2. Support internet bandwidth of at least 1Gb/s. 3. Provide a minimum of two data center facilities at two different geographic locations in the Continental United States (CONUS) to perform cloud replication. 4. Support service provisioning and de-provisioning times (scale up/down), making the service available within near real-time of ordering. 5. Provide visibility into service usage via dashboard. The contractor must provide the following service management and provisioning requirements: 1. Provide the ability to provision virtual machines, storage and bandwidth dynamically, as requested and as required. 2. Support secure provisioning, de-provisioning and administering [such as Secure Sockets Layer (SSL)/Transport Layer Security (TLS) or Secure Shell (SSH)]in its service offerings. 3. Support the terms of service requirement of terminating the service at any time (on-demand). The contractor shall meet the following management requirements: 1. Provide a robust, fault tolerant infrastructure that allows for high availability of 99.95%. 2. Provide Helpdesk and Technical support services to include system maintenance windows. 3. Manage the network, storage, server and virtualization layer, to include performance of internal technology refresh cycles applicable to GSA BPA. 4. Provide a secure, dual factor method of remote access which allows Government designated personnel the ability to perform duties on the hosted infrastructure. 5. Ensure the security of the services and data hosted at their facilities by providing DR (Disaster Recovery) and COOP (Continuity of Operations) capabilities. 6. Perform backup, recovery and refresh operations on a periodic basis. 7. Manage data isolation in a multi-tenant environment. 8. Transfer data back in-house either on demand or in case of contract or order termination for any reason. 9. Provide on-line billing capability allowing NIST to see and track the status of invoices. 10. Provide automatic monitoring of resource utilization and other events such as failure of service, degraded service, etc. via service dashboard. 11. Provide Trouble Ticketing via customizable online portal/interface (tools). 12. Provide customer support for internal client bases, including, but not limited to, system owners and managers, as required. The infrastructure shall meet the following security requirements: 1. Provision a FISMA Moderate impact rated government community cloud computing environment suitable for deploying Virtual Machines through a self-provisioning portal. 2. Provide an Authority-to-Operate from a Federal Agency for the IaaS government community cloud computing environment. 3. Provide security mechanisms for handling data at rest and in transit. The contractor must provide the following cloud storage service requirements: 1. Provide scalable, redundant, dynamic Web-based storage. 2. Provide users with the ability to procure and use data and file storage capabilities remotely via the Internet. 3. Provide file and object data storage capabilities on-demand, dynamically scalable per request and via the Internet. 4. Provide storage for files / objects supporting single file/object sizes of up to 5GB. The contractor must provide the following virtual machine requirements: 1. Provide scalable, redundant, dynamic computing capabilities or virtual machines. 2. Provide users with the ability to procure and provision computing services or virtual machine instances online via the Internet. 3. Provide users with the ability to remotely load applications and data onto the computing or virtual machine instance from the Internet. 4. Provide persistent Virtual Machine connected cloud storage 5. Provide VMs that support Windows and/or Linux operating systems. 6. Provide virtualization services for NIST to be able to spawn on-demand virtual server instances. 7. Support a secure administration interface - such as SSL/TLS or SSH - for the Government designated personnel to remotely administer their virtual instance. 8. Provide the capability to dynamically reallocate virtual machines based on load, with no service interruption. 9. Provide the capability to copy or clone virtual machines for archiving, troubleshooting, and testing. 10. Provide multiple processor virtual machines. 11. Manage processor isolation in a multi-tenant environment. 12. Perform Live migrations (ability to move running VM's) from one host to another. 13. Provide a hypervisor which supports security features such as role-based access controls and auditing of administrative actions. 14. Provide a hypervisor which supports hardware-assisted memory virtualization. IaaS BPA CLINs Structure • Table 1:CLINs CLIN DESCRIPTION MONTHLY UNIT PRICE QUANTITY CEILING 0001 Cloud Storage 0002 Data Transfer Bandwidth In - Web addressable cloud 0003 Data Transfer Bandwidth Out - Web addressable cloud 0004 Virtual Machine Bundle Windows OS - Persistent Storage 0005 Virtual Machine Bundle Linux OS - Persistent Storage 0006 Supplemental Disk Space for Virtual Machine Lots - Persistent Storage 0007 Virtual Machine Bundle Windows OS - non-persistent storage 0008 Virtual Machine Bundle Linux OS - non-persistent storage 0009 Virtual Machine Data Transfer In Bandwidth 0010 Virtual Machine Data Transfer Out Bandwidth Technical Evaluation Criteria Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on 1) Technical Capability factor "Meeting or Exceeding the Requirement", and 2) Price. Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed solution meets or exceeds all requirements. Quotations that do not demonstrate that the proposed solution meets all requirements will not be considered further for award. Quoters shall also include literature which addresses all specifications & clearly documents that the services offered meets or exceeds the specifications identified herein. Quotation Submission Instructions All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Thursday, August 30, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB180000-12-05117/listing.html)
 
Place of Performance
Address: Contractor site, and/or, NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02846537-W 20120822/120820235424-b25db6709b3c9172a40986a0aab45f5d (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.