SOURCES SOUGHT
D -- JPL DESKTOP AND INSTITUTIONAL COMPUTING ENVIRONMENT SERVICES REQUEST FORINFORMATION
- Notice Date
- 9/14/2015
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- NASA Management Office, Jet Propulsion Laboratory, 4800 Oak Grove Drive,Pasadena, CA 91109
- ZIP Code
- 91109
- Solicitation Number
- MD-15-02
- Response Due
- 9/30/2015
- Archive Date
- 9/14/2016
- Point of Contact
- Mary Helen Ruiz, JPL Business Opportunities Office, Phone 818-354-7532, Fax 818-393-1746, Email maryhelen.ruiz@jpl.nasa.gov
- E-Mail Address
-
Mary Helen Ruiz
(maryhelen.ruiz@jpl.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The California Institute of Technologys (Caltech) Jet Propulsion Laboratory (JPL), operating under a prime contract with the National Aeronautics and Space Administration (NASA), is seeking responses to its Desktop and Institutional Computing Environment (DICE) Services. BACKGROUND - JPL currently has a robust subcontract that provides desktop hardware, software and help desk support to its 5,500 employees. This subcontract will reach its tenth year on December 31, 2017. To ensure that JPL continues to receive quality products and services and competitive prices, the subcontract requirements will be competed for a potential ten (1) year (three (3) base years with options) engagement. To help JPL understand the competitive environment, we invite firms that are or may be interested in competing for this opportunity to respond to this Request for Information (RFI) by informing JPL of your companys interest and to comment, question, or recommend on the areas elaborated below. Please note that this RFI is not complete in terms of requirements, but rather is being used in assisting JPL in refining requirements to maximize competition. JPL is open to taking advantage of modernization of services and we invite firms to suggest best practices around desktop delivery and support that may not yet be part of the JPL practice, but that could yield better performance and/or cost. SYNOPSIS - Desktop and Laptop computers are provided to the user population on a chargeback basis. Users choose the computer that best meets their business/engineering/science needs from a catalog that includes at least two Windows-based suppliers as well as Apple computers (the current environment is 55 percent Windows, 45 percent Macintosh and around 100 Linux Red Hat systems). Computers are provided as a service by the vendor which is billed on a per user basis over a 36-month period, after which a new system is ordered and provided as a service. The new vendor will be expected to assume ownership by buying all assets that have not been in service for 36 months at their residual value from the incumbent at the beginning of the new subcontract and continuing to bill the users at the established service rate until each asset has reached its 36-month life (the nominal value of assets to be transitioned is $17M). The Vendor provides the Microsoft Office Productivity suite for each desktop and laptop computer (current via the MS Enterprise License Agreement). The Vendor is responsible for the security of all desktop and laptop computers, (currently Symantec Antivirus and Tivoli Endpoint Manager are deployed). The Vendor is responsible for Unified Messaging (UMS), currently Microsoft Exchange. Mailboxes currently have unlimited size restrictions. Smart Phones, Cell Phones and Tablets are provided to the user population on a chargeback basis. Users choose the phone that best meets their business/engineering/science needs from a catalog that includes iPhones, Android Phones and iPads (the current environment is 95 percent iOS and 5 percent Android. There are about 800 Tablets). Phones and Tablets are provided as a service by the vendor which is billed to the user over a 12-month period, after which a new system is ordered and provided as a service. The new vendor will be expected to assume ownership by buying them at their residual value from the incumbent of the in place assets at the beginning of the new subcontract and continuing to bill the users at the established service rate until each asset has reached its 12-month life (the nominal value of assets to be transitioned is $750K). The Vendor provides level one, level two and some level three 24 X 7 support for all IT problems. A nominal level of 400 calls per day are received by the Support Desk. Eighty percent of calls are resolved by the first analyst that answers the phone, 18 percent of calls need to be assigned to field technicians and 2 percent of calls are forwarded to level three support (e.g., Network, Directory, Hosting, Product Data Management System, Business Systems, Travel, etc.). While a robust knowledge base exists, the JPL culture is such that very little Level 0 (self-help) is utilized. Re-Compete Timeline (Recommend the timeline be included as an attachment). RESPONSE DEADLINE: Your expression of interest and the above-requested information on or before September 30, 2015. Please provide this information to Mai.R.Drummond@jpl.nasa.gov All questions should be directed to Mai Drummond at the aforementioned Email address. DISCLAIMER: Prospective subcontractors are advised that any additional information you provide shall be deemed to be furnished with unlimited rights to JPL, with JPL assuming no liability for the disclosure, use, or reproduction of such data. It is emphasized that the requested information is for preliminary planning purposes only and does not constitute a commitment, implied or otherwise, that JPL will solicit you for such procurement in the future. Neither JPL nor the Government will be responsible for any costs incurred by you in furnishing this information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/MD-15-02/listing.html)
- Record
- SN03885161-W 20150916/150915000033-e8011e666624322c70a1119b1db683d4 (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 |