SOURCES SOUGHT
D -- Data Center Move
- Notice Date
- 2/20/2014
- Notice Type
- Sources Sought
- Contracting Office
- Interior Business Center, AQDDivision 2/ Branch 2381 Elden StSuite 4000HerndonVA20170
- ZIP Code
- 20170
- Solicitation Number
- D14PS00224
- Response Due
- 3/28/2014
- Archive Date
- 4/27/2014
- Point of Contact
- Michael Mcguire
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: The Department of Interior (DoI) Acquisition Services Directorate (AQD) on behalf of the Department of Commerce (DOC), Bureau of Economic Analysis (BEA) through the use of the Interior Franchise Fund (IFF) is seeking to obtain market research from vendors to assist the Government in understanding the capabilities available for a data center move. NOTICE: This request for information (RFI) is being issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to a contract for any supply or service whatsoever. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in a future RFP, if one is issued. Sources Sought: The Office of the Chief Information Officer (OCIO) for the Bureau of Economic Analysis (BEA) requests information from industry on the following: 1.Best practices for physically relocating computer facility equipment for the three possible move scenarios shown below. The computer facility move must be done in the most cost-effective manner, while at the same time maximizing system uptime in each scenario. A.Scenario 1: BEA would remain in the current building, but relocate everything in the existing 1st floor Computer Facility to the Mezzanine level. Servers, Data, UPS, Telecommunications equipment, and telecommunications circuits will all move to a different location within the current building. B.Scenario 2: Both BEA offices and the computer facility would relocate to a new location. C.Scenario 3: BEA would implement a combination of Scenario 1 or Scenario 2 and move more than 75% of the Local Area Network assets, currently located within the 1st floor Computer Facility at 1441 L St building to a remote data center, while 25% will be relocated within the BEA HQ building. BEA HQ may be at the current location, or at a different physical address. 2.Provide industry best practices for the most appropriate phases and alternatives for each of the scenarios listed above, to include appropriate cooling and power equipment. 3.Provide Rough Order of Magnitude (ROM) estimates of schedule, downtime and costs for each scenario, phase and alternative. 4.Provide industry best practices for any new equipment that may be needed to help reduce downtime for each scenario. 5.Provide a general description of Pros (opportunities) and Cons (risks) for each scenario and alternative. Additionally, provide Pros and Cons to a variety of possible remote data centers currently under consideration (scenario 3). 6.In the cases of remote data centers (scenario 3), provide recommendations and best practices for the type of telecommunications circuits; including recommendations for bandwidth and diversity to facilitate circuit redundancy. 7.Provide recommendations for networking devices such as switches and routers appropriate to support recommended telecommunications circuits in a redundant manner. 8.Regardless of the scenario chosen, the relocation should be complete within three (3) months. BACKGROUND BEA is one of the world's leading statistical agencies. Although it is a relatively small agency, BEA produces some of the most closely watched economic statistics that influence the decisions made by government officials, business people, households, and individuals. BEA's economic statistics, which provide a comprehensive, up-to-date picture of the U.S. economy, are key ingredients in critical decisions affecting monetary policy, tax and budget projections, and business investment plans. The cornerstone of BEA's statistics is the national income and product accounts (NIPAs), which feature the estimates of gross domestic product (GDP) and related measures. BEA is an agency of the Department of Commerce. Along with the Census Bureau, BEA is part of the Department's Economics and Statistics Administration. BEA produces economic accounts statistics that enable government and business decision-makers, researchers, and the American public to follow and understand the performance of the Nation's economy. To do this, BEA collects source data, conducts research and analysis, develops and implements estimation methodologies, and disseminates statistics to the public. BEA adheres to a strict data release schedule http://www.bea.gov/newsreleases/general/pdf/2014rd.pdf. Extended downtime will adversely impact BEAs ability to perform its mission to release these statistics in a timely manner. BEA is currently located in a leased, commercial office building at 1441 L Street, NW, Washington, DC 20005. The base period of the lease expired in June of 2013. A three (3) year lease extension is currently in place, which will expire in June of 2016. The scenario that is ultimately chosen will largely depend on which entity is awarded the contract for the new lease. In any scenario the computer facility will need to move from its current location, on the first floor of 1441 L Street, NW. A high-level overview of the equipment currently housed in the computer facility is below. Additional detail will be provided upon request. 18 - 42u equipment racks (65% utilized), containing oApproximately 60 physical file and application servers o16 SAN chassis and SAN switches oAssociated network switches, firewall and other IT security equipment. oInternet, WAN, and voice telecommunications circuits and associated terminating equipment. oPhysical fiber cable plant connecting access-later network switches to data center core-layer network switches, oTotal equipment power and AC load is 30KW. After consolidation, the space needed for the Computer Facility will be reduced from 3300 square feet to 1200 square feet, and house approximately 12 racks total. In scenario 3, 4 racks will need to remain at BEA HQ, and 8 will be located at a remote data center. The specific remote data center has yet to be determined. STATEMENT OF ANTICIPATED NEED OCIO is seeking assistance in determining the best course of action to use in moving and/or procuring additional data center equipment for each of the 3 scenarios listed above. Submission: Interested contractors are requested to submit a response by 2:00PM EDT on March 28, 2014 to the Contracting Officer, Mike McGuire, Mike_McGuire@ibc.doi.gov. Submissions shall be submitted electronically and not exceed fifteen (15) pages. Paper copies will not be accepted. Late responses will only be accepted if they contain extraordinary value to the Government. Submissions should be in a Microsoft Office compatible format (i.e., Microsoft Word, PowerPoint, Excel, etc.) or Adobe Acrobat and not contain text smaller than 11 font. The maximum file size of the submission shall not exceed 8 MB. Tables, graphs, etc. will count against the total page count. Font size smaller than 11 may be used to label tables and graphs, but may not be smaller than 8 font. All data received in response to this Sources Sought Notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the Evaluation Panel. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding technical point of contact will not be given and no appointments for presentations will be made. Please refer all questions/comments to the Contracting Officer, Mike McGuire, Mike_McGuire@ibc.doi.gov before February 28, 2014. FedBizOps will be the sole repository for all information related to this RFI. Vendor questions and Government responses will be posted to FedBizOps. No questions will be addressed via oral communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8202de8a2a921008ac7921623d4d7c73)
- Record
- SN03292635-W 20140222/140220234840-8202de8a2a921008ac7921623d4d7c73 (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 |