SOURCES SOUGHT
D -- Midrange Hosting Services - Sources Sought Notice
- Notice Date
- 7/3/2013
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- General Services Administration, Office of Government-wide Policy, Office of Acquisition Policy, 1800 F Street NW, Room 4006, Washington, District of Columbia, 20405
- ZIP Code
- 20405
- Solicitation Number
- HE1AA-I-13-0005
- Archive Date
- 8/1/2013
- Point of Contact
- Bonnie Impastato, Phone: 2022084959
- E-Mail Address
-
bonnie.impastato@gsa.gov
(bonnie.impastato@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for Midrange Hosting Services THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. General Services Administration, Internal Acquisition Division, is issuing this sources sought notice to measure the interest and availability of other than large business firms, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) or other Small Business concerns that are capable of performing services to support the transition, system management, operations and hosting of seven key Human Resource and Financial (HR FM) Management Mid-Range Systems. These human resources and Information management systems include: the OCHCO's Comprehensive Human Resources Integrated System (CHRIS) and the OCFO's Information Management Information Systems (FMIS), Payroll Accounting and Reporting (PAR) system, Labor Distribution System (LABD), Chief Financial Officer Combined Applications (CFOCAP), General Supply Fund System FEDPAY and BDAPPS/Central Contractor Registration (CCR). Other applications such as IBATS, Transformation Box (TBOX), other Cost Allocation (CA) utilities run on the CCR database and BDAPPS server, the Financial Management Enterprise Service Bus (FMESB - CFOCAP), and the real-time Employee Express (EEX) - Employee Leave and Earnings application (LABD/PAR). These systems are currently hosted on GSA equipment in Phoenix, Arizona. The General Services Administration intends to contract with the service provider that can provide the following services: Transition Management : The Service Provider must provide a Project Manager to manage all aspects of the planning and execution of the Site Preparation Plan and Transition Plan. The Project Manager must ensure that the project meets the transition milestones by completing the infrastructure preparation and helping to integrate both the GSA WAN and connect the facility LAN to the HR FM Mid-Range environment. The Project Manager must also help coordinate the required support services to complete the HR FM Mid-Range systems configuration and testing within the data center environment. Sy stem Migration : The Service Provider will plan and execute the migration of applications, databases and utilities installed on or associated with each Mid-Range LPAR, including backup and recovery scripts and schedules from the current environment to the new environment. The Service Provider will be responsible for making any changes to system configuration, scripts and/or utilities, network or any other item required for proper operation in the new environment. Transition Plans also need to include coordination with application managers and database administrators to ensure adequate system testing prior to cutover. As required. In addition, the Transition Plans will need to pay particular attention to database migrations from one geographic site to another and account for potential issues relating to the size of the database and prevent any unplanned outages of production application or services. The HR FM Mid-Range systems will also require independent Certification and Accreditation (C&A)/SSAE-16 support activities. The Service Provider must leverage common controls, policies and procedures in support of the HR FM Mid-Range systems C&A. Infrastructure/Site Preparation : The Service Provider will assist in validating the requirements and manage the preparation of the data center infrastructure required to support the installation, configuration, migration and operation and maintenance of the HR FM Mid-Range Systems and telecommunications services. The Service Provider must work with the data center manager to identify and prepare the appropriate amount of raised floor environment to support the Transition Plan. The Service Provider will be responsible for finalizing the plan with regard to the installation of all cable management trays or conduits, grounding cables and supplies, and electrical cabling, receptacles, circuit breakers and other supplies required to support the GSA equipment racks, WAN and LAN equipment installation, power distribution and mid­range system installation. Rack and Stack Services : The Service Provider must work with GSA to plan for and provide the rack and stack services required to support the initial installation and configuration of the HR FM Mid-Range Systems in the new data center environment. The Service Provider will plan and perform the installation and connection of all equipment racks, LAN or other HR FM Mid-Range equipment to building power including power distribution units or power receptacles unless manufacturer warranties require approved vendors complete the final power connections. T he Service Provider will plan and assist in the receipt, unpacking, and placement of GSA equipment racks and other Government Furnished Equipment (GFE) onto the data center raised-floor environment in accordance with their proposed Transition Plan. The Service Provider must utilize an IBM approved vendor to pack, deliver, unpack, place and conduct the initial system configuration of all servers, storage and enterprises systems or services within the new environment. The Service Provider will work with GSA to plan and prepare a complete floor layout, perform the required raised-floor cuts to support network and power cable installation, secure all equipment racks and connect all equipment racks/equipment to building grounding plates in accordance with the EIA/TIA cabling standards. The Service Provider will work with the GSA to plan for, procure and install all Ethernet cabling including patch panels and cabling between the LAN equipment and HR FM Mid-Range Systems. Fiber Channel or FICON cabling installed directly between servers and SAN switch equipment will be procured and installed in accordance with the Transition Plan and based on the final system cable management plan. The Service Provider will be required to provide GSA with complete rack layout, architecture drawings, and cable management and power distribution diagrams in support of the validation of system operations. All network cabling (copper and fiber) installed must be tested and verified to meet EIA/TIA-568s Ethernet standards based on the system/HW interface requirements. Tape Backup/Archive Migration Services : The Service Provider must analyze the requirements and develop a strategy to provide enterprise tape backup and archival migration services to transfer existing backup tapes and archival information contained on the existing IBM TS-3500 tape backup solution and stored off-site at the existing Iron Mountain facility. The existing IBM TS-3500 enterprise tape backup solution utilizes Tivoli Storage Manager v5.5.5.2 to backup and restore information to the IBM computing and storage environment. They must ensure the successful transfer and storage of enterprise tape backups and information, provide for off-site data storage, and ensure the ability to retrieve and restore all archival information contained on the estimated 3000 archival tapes. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein; (2) Company Profile including number of employees or average annual receipts as it relates to NAICS 541519, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE NLT 17 July 2013, NLT 3:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Responses shall be sent via email to the Contract Specialist, Bonnie Impastato at bonnie.impastato@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/OGP/OAP/HE1AA-I-13-0005/listing.html)
- Place of Performance
- Address: Phoenix, Arizona, United States
- Record
- SN03107957-W 20130705/130703235828-acca128e25ae2ee98c751bbe2f74b46f (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 |