Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
DOCUMENT

Z -- Datacenter Infrastructure Equipment Transformation (DIET) New Requirement - Attachment

Notice Date
5/4/2016
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A16N0158
 
Response Due
5/19/2016
 
Archive Date
7/18/2016
 
Point of Contact
Amanda Burke
 
E-Mail Address
1-0735<br
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e), the agency does not intend to award a contract but rather gather information on capability, delivery and other market information pertinent for acquisition planning. The result of this market research will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement for the following: Objective To develop one procurement support vehicle which provides in order provide the Government with the support services and flexibility to obtain Datacenter Infrastructure Equipment Transformation (DIET) support services as-needed, at the best operational value, through the anticipated enterprise transformation period. Description The Contractor shall provide general support services necessary to allow the Government to consolidate and/or close existing Agency enterprise datacenters while still providing the affected physical locations with appropriate residual infrastructure services to allow minimized local IT operations capabilities. Task orders shall be developed to support an indefinite quantity of Government-approved consolidations and closures through the performance period in support of FDCCI efforts. In general planning and discussions, the contract shall be referred to by the acronym DIET (Datacenter Infrastructure Equipment Transformation) which shall refer to the assigned contract number(s). It is understood that formal contract discussions may require reference to the assigned contract number(s). The scope shall include: 1.Detailed development and coordination of individual site transformation plans. 2.Ongoing coordination between the Contractor, OI&T project team, and affected consolidation site staff throughout each project. 3.Decommissioning, uninstallation, packaging, removal, transportation, and disposal of infrastructure equipment. 4.Removal and disposal of waste generated by the transformation efforts. 5.Physical relocation of residual IT and electronics equipment to the minimum necessary operational footprint. 6.Relocation and installation of physical security partitions. 7.Procurement and installation of appropriately-sized replacement infrastructure equipment to support the future state of each transformed facility. 8.Detail cleaning and preparation for transformed facility handover to affected consolidation site staff. When ordered, the Contractor shall provide services at the affected consolidation site in order to meet the Government's defined end state for the facility. Individual orders shall provide details of the facility, equipment, equipment disposition plan, affected consolidation site points of contact, and future state of the facility and residual equipment and systems. PERFORMANCE DETAILS PERFORMANCE PERIOD The period of performance shall be for one (1) calendar year base period and four (4) one-calendar-year option periods from date of award. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Work may be required on weekends and outside of regular business hours (generally 0700-1700 local) on individual task orders. If required, individual task orders will indicate the required work schedule. There are ten (10) Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's DayJanuary 1 Independence DayJuly 4 Veterans DayNovember 11 Christmas DayDecember 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six Federal holidays are set by a day of the week and month: Martin Luther King's BirthdayThird Monday in January Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Labor DayFirst Monday in September Columbus DaySecond Monday in October ThanksgivingFourth Thursday in November PLACE OF PERFORMANCE Orders under this PWS shall be performed in selected VA facilities located around the continental United States, in Alaska, and in Hawaii, as well as in limited overseas locations (Philippines, Guam, American Samoa, US Virgin Islands, and Puerto Rico). A comprehensive list of potential facilities where services may be required is not available at this time and will be noted at the order level. TRAVEL The Government anticipates travel under this effort to perform the tasks associated with the effort throughout the period of performance. Include all estimated travel costs in your firm-fixed price line items. These costs will not be directly reimbursed by the Government. SPECIFIC TASKS AND DELIVERABLES PROJECT MANAGEMENT The Contractor shall manage individual infrastructure equipment transformation projects ordered through task orders as well as the overall effort comprised of the sum of individual task order projects. Reporting Requirements The Contractor shall provide the Contracting Officer's Representative (COR) with Monthly Progress Reports in electronic form in Microsoft Word and Microsoft Project formats. Reports shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding calendar month. The Monthly Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period. The report shall also identify any problems that arose, a description of how the problems were resolved, and implications of the problems on project costs and timelines. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. It is expected that the Contractor will keep in communication with VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. Deliverables: DeliverableFormatPeriodicityDistribution Monthly Progress Report (MPR)Electronic, vendor format.MonthlyB Performance Objectives and Thresholds for this requirement are shown below. Performance ObjectivePerformance Threshold Technically Appropriate & Complete. MPR represents an achievable and complete plan for executing transition & migration services. All identified project management components are included.MPR includes schedule, milestones, risks, resources, coordination requirements, and information on how each phase/step in the plan will be executed. MPR updated each month based on VA feedback. Timely Submission. MPR is submitted to appropriate distribution by midnight Eastern time on the required date each month that a report is due.MPRs electronically submitted on time 100% of the time. No deviations are acceptable. DATACENTER INFRASTRUCTURE EQUIPMENT TRANSFORMATION (DIET) SUPPORT SERVICES Individual items of infrastructure equipment that will be affected under this contract are considered personal property as defined in 41 CFR 102-36.40. Infrastructure equipment that can be serviced, modified, decommissioned, and/or disposed of under this contract will fall under one or more of the following categories: oHeating, ventilation, and air conditioning (HVAC) equipment (e.g. computer room air conditioners (CRACs), humidification systems, and air cooled chiller systems). oPower generation equipment (e.g. backup or emergency generators and switchgear). oPower conditioning and energy storage equipment (e.g. uninterruptible power supply (UPS) systems, associated battery equipment, and grounding equipment). oPower distribution equipment (e.g. power distribution units (PDUs), power distribution panels, conduit, and conductors). oAccess floor systems (e.g. floor tiles, stringers, pedestals, ramps, and railings). oFire protection systems (e.g. wet- and dry-pipe sprinkler systems, gaseous flooding systems, smoke detection systems, and fire alarm systems). oTelecommunications distribution systems (e.g. cable trays, bus-and-tag wiring, copper wiring, and fiber-optics wiring). oAncillary equipment necessary for the proper interoperability of the above categories of equipment (e.g. control systems, monitoring and alarm systems, emergency power off (EPO) systems, shunt-tripped interlock systems, et cetera). In-scope infrastructure equipment is deemed non-sensitive. IT and electronics equipment (including but not limited to computer processing and information storage systems, telephone systems, network distribution and operation systems, physical security systems, and similar) are specifically excluded from disposal services to be provided under this contract. IT and electronics equipment may be physically relocated and similarly modified to achieve the goals of the DIET contract at each identified physical location in accordance with Agency goals to minimize occupied footprints as specifically identified in individual task orders. Personal property including but not limited to systems furniture, desks, chairs, storage cabinets, storage bins, parts, tools, books, paper records, storage tapes, hard drives, and similar are not in-scope for any services. Modification, removal, relocation, and disposal of these types of personal property shall not be accomplished by the Contractor under this contract and are the sole responsibility of the Government. The Contractor shall bring to the attention of the Contracting Officer's Representative (COR) any personal property items that need to be modified, relocated, or disposed of that are not in the scope of these services. Consolidation Site Plan Development & Coordination The Contractor shall develop detailed transformation plans for each consolidation site under individual task orders, and conduct ongoing coordination and project management for each individual site transformation project throughout the period of performance for individual task orders awarded under this contract. Existing datacenter locations that will be approved for consolidation activities typically consist of a computer room with a raised access floor and physical infrastructure equipment (electrical and cooling support) for a legacy IT workload. These legacy workloads have generally been centralized to other Agency datacenters over the past decade, leaving a smaller amount of distributed IT systems at each location. It is the Government's responsibility to plan and execute migrations of this remaining IT equipment; once these migrations have been accomplished, the DIET contract will provide end-to-end services necessary to decommission the datacenters and allow the Agency to reutilize the occupied physical space for other purposes. The Government will assign a dedicated technical representation project management team and project manager (PM) to the implementation of the consolidation efforts at locations that will be transformed under DIET orders. The Contractor shall develop the necessary detailed plans to support the transformation of locations ordered in task orders and obtain written PM approval of the plan, transition timeline, future infrastructure equipment support plan, workload phasing, and final local equipment room configuration prior to executing further steps of the work. Upon final approval by the technical representative through the Contracting Officer's Representative (COR), the Contractor shall execute the planned steps with not less than weekly coordination with the PM and, when work is planned at the consolidation location, not less than daily coordination with the local site security and management staff. Performance Objectives are noted below: Performance Objective Consolidation Plan Coordinated. Plans are developed in conjunction with consolidation site staff and assigned project manager. Plans are technically reasonable, meet the goals of the task order, and can be accomplished on the proposed schedule. Periodic Coordination Conducted. Weekly or more frequent coordination and informal status reports delivered to the project manager. Daily or more frequent coordination with local consolidation site personnel. Deliverables: A.Consolidation Plan (Technical, Cost, & Schedule proposal for individual task orders. Decommissioning & Disposal of Infrastructure Equipment The Government intends to determine in individual task orders what infrastructure equipment and systems will require services under DIET, the disposition of each item of infrastructure equipment, and when the DIET services will be required. Where the Government has determined (IAW 41 CFR 102.36) that: oIn-scope infrastructure equipment and/or systems are no longer necessary or are economically unfavorable to continue operating to support the mission function and oThat the Agency has no reasonable expectation to require the equipment and/or systems to support other current or planned mission function, the Government may declare the equipment and/or systems abandoned in place and therefore subject to disposal by the Contractor. The Government, upon notice to the Contractor, may abandon any nonsensitive property in place, at which time all obligations of the Government regarding such property shall cease (FAR 52.245-1(k)(2)). Task orders may specify that equipment and/or systems abandoned in place be disposed of by the Contractor with the net proceeds of such disposal being credited towards the contract. As directed by the Contracting Officer, the Contractor shall credit the net proceeds from the disposal of Contractor inventory to the contract (FAR 52.245-1(j)(8)). The Contractor shall prepare and submit to the Contracting Officer an SF1424 (Inventory Disposal Report) for equipment and systems disposed of in this manner for each task order. In specific task orders some or all infrastructure equipment may be determined to be necessary for internal Agency re-use. This equipment shall be decommissioned and removed, and then packaged and shipped to a designated re-use point or Agency strategic reserve location. Government property shall be considered 'abandoned in place' and provided to the Contractor for service under this contract only once the Agency clearly demonstrates that these actions are in the Government's best interest and that the overall benefit to the acquisition significantly outweighs the increased cost of administration, including ultimate property disposal, that the abandonment does not substantially increase the Government's assumption of risk, and that Government requirements cannot otherwise be met, in accordance with FAR 45.102. Under disposal, the Contractor shall obtain market value for the infrastructure equipment where it can be re-used by industry, or shall dispose of the equipment in a responsible and environmentally friendly manner. To be considered, bids shall demonstrate competency, certification, and experience as applicable to the following activities: 1.Electrical Systems Removal. a.Electrical systems removal shall be supervised and directed by qualified electricians in concert with building facilities management. b.Removed systems shall be disposed as specified by Responsible Recycling Practices or e-Stewards standards. c.The Contractor may be required to remove fossil-fuel backup or emergency power generation equipment from the premises. This may require de-fueling, craning, et cetera. 2.UPS System and Battery Removal. a.UPS decommissioning must be supervised and directed by a qualified electrician. b.All UPS batteries, including but not limited to wet cell, dry cell, and gel cell types, shall be safely removed from the premises as dictated by all applicable governing rules and regulations. c.UPS batteries that cannot be re-used by industry shall be recycled as required by universal waste regulations. 3.HVAC Systems Removal. a.HVAC decommissioning must be supervised and directed by qualified electricians and certified HVAC specialists. b.All refrigerants and heat transfer fluids (including gasses) shall be properly captured for re-use. 4.Access Flooring Removal. a.If required, the Contractor shall safely remove all access flooring, including but not limited to pedestals, stringers, panels, et cetera. b.Associated adhesive and/or floor bolts shall be removed in a manner to minimize dust and noise. 5.Chemical and Gas Fire Suppression System Removal. a.If required, the Contractor shall remove fire suppression equipment including but not limited to tanks, agents, controllers, valves, piping, as directed by VA and in accordance with all applicable laws regarding disposal or recycling of materials as applicable. 6.Passive Support Structures & Telecommunications Infrastructure (Racks, Cabinets, Cable Tray, et cetera). a.All passive support structures identified for disposal by VA shall be removed in a manner which minimizes damage to interior structures. b.Removed hardware and cabling shall be disposed of for industry re-use or recycled. Government facilities do not have warehouse or storage space available for Contractor project use outside of the project (datacenter) space(s). Loading dock facilities may not be available at all facilities, and specific loading/unloading equipment will vary from location to location. Removed equipment may not be stored at the Government facility. The Contractor is responsible for appropriate packaging of equipment and same-day removal from Government premises, as planned in plans developed in section 5.2.1. Performance Objectives for this requirement are shown below. Performance Objective Appropriate Decommissioning & Removal. Equipment and systems are decommissioned and removed in accordance with industry best practices by trained and/or certified (where required) personnel. No hazardous materials incidents occur during operations. Facilities are not damaged during decommissioning & removal. Removed equipment is removed from the facility immediately following removal from the project (datacenter) space. Responsible Disposal. Equipment and components (including refrigerants and batteries) disposed of in accordance with all applicable local, state, and federal regulations. Responsible Resale Disposal. Equipment and components offered for resale obtain fair market value and are intended for re-use where applicable. Government Re-use Delivery Coordination. Gaining Government location is notified in advance of the equipment, delivery mode, and expected delivery date. Following loading of equipment at the shipping origin site, the gaining location is provided with tracking numbers. Deliverables: A.Certification of appropriate disposal of removed infrastructure equipment. B.Certification of sale-for-reuse of removed infrastructure equipment. C.SF1424 (Inventory Disposal Report) Consolidation Site IT Footprint Minimization The Contractor shall reconfigure the consolidation site spaces to minimize the residual IT equipment footprint (residual space) and free up unused ("Returned") space(s) for other Agency purposes. In general the residual IT support spaces are anticipated to be significantly smaller than the current layouts. Newly-freed ("Returned") space not required to provide the minimal support envisioned for the residual IT equipment will be, following the transformation, returned to the local site and owning organization for other purposes (e.g. administrative or warehouse space). "Returned" space(s) exterior to the residual IT support space shall be decommissioned and cleaned, and suitable for future modifications by others for the future planned use(s). The Contractor shall not finish or outfit the "Returned" space for other functions as part of any transformation effort task order. This work shall include removal, replacement, relocation, and installation of appropriate partitions and portals as necessary, including relocation and/or addition of physical security system equipment. Performance Objectives for this requirement are shown below. Performance Objective Minimum Required Residual IT Space. Consolidation plan meets residual IT equipment requirements with space for non-server/storage system growth. Residual Space Meets Security Requirements. Local site and Agency security requirements are met with transformed space physical layout and security system installation. Partitions and portals relocated, removed, or installed to match existing facility space standards. Residual Space Finished Appropriately. The residual IT space is professionally outfitted and finished for permanent IT space operations. "Returned" Space Prepared & Cleaned. Space exterior to the residual IT space ("Returned" space) is cleaned and prepared for refinishing to new utilization purpose(s). Minimized Consolidation Site Infrastructure Equipment Transformation plans for individual task orders shall plan residual local site IT support centers, which shall provide continuing local support necessary to operate the local and supported IT functions. These functions include but are not necessarily limited to physical security systems, telephone systems, and exterior/interior network connectivity. These residual functions shall be physically relocated, as necessary, to the minimum physical footprint, which shall be physically isolated through relocation or installation of appropriate partitions and portals (see 5.2.3 above). The residual function space shall be sufficient to support the remaining IT support functions with room for minimal reasonable expansion (i.e., for VOIP (voice over internet protocol) systems and shall be supported by appropriately sized infrastructure equipment (generally significantly smaller capacities than the infrastructure equipment that has been decommissioned and removed). The Contractor shall procure and install new infrastructure equipment sized to support the residual IT equipment systems at not greater than an N+1 redundancy level. Room-level support equipment, such as central UPS and air conditioning systems, is not necessarily required; for example, line-interactive (rack-mounted) UPS equipment and modification of existing facility general air conditioning systems may be considered, where available and appropriate to support the residual functions. Newly-installed infrastructure equipment shall be appropriately commissioned. The Contractor shall provide user training, warranty documentation, installation documentation, and operations and maintenance (O&M) documentation for all infrastructure equipment installed in individual task orders. The Contractor is not responsible for providing ongoing O&M support for installed equipment and systems; however, the closeout processes (see below) require appropriate coordination to ensure that the local site will have the capability to obtain necessary O&M support in a timely fashion. Limited modifications to "Returned" space support systems may be required and are in-scope. These modifications shall be limited to the minimum necessary to ensure intended functionality within the "Returned" space (e.g. relocating existing lighting troffers and rewiring switches, moving air supply vent locations, and relocating fire protection devices to meet Code requirements in each space). These services shall include all necessary coordination with the affected consolidation site staff to ensure that the planned equipment and systems will work within the building and amongst other installed infrastructure systems, that receiving and storage of the equipment will be accomplished satisfactorily, and that the planned installation timeframes meet site operational requirements. Performance Objectives for this requirement are shown below. Performance Objective Residual IT Systems Relocated Without Unplanned Operational Disruption or Outages. All remaining IT support systems relocated to minimum planned footprint. Coordination with owning/operating entities conducted successfully. No unplanned downtime from relocations of IT support systems. No degradation of services following relocations. Residual Space Infrastructure Equipment Meets Physical Support Needs. New support systems provide designed level of electrical and mechanical support with planned levels of redundancy. Contingency plans for equipment outages developed and tested through equipment commissioning. Residual Space Infrastructure Equipment Properly Installed Without Unplanned Disruption to Facility Systems. Remainder of facility is not negatively impacted by installation or testing of residual space infrastructure equipment. Residual Space Infrastructure Equipment Commissioned and Functions as Planned. Equipment is appropriately commissioned including but not limited to testing and training. All equipment and integrated systems function as designed and intended. Deliverables: A.Updated electrical and mechanical drawings, including electrical one-lines. B.Updated power panel schedules. C.Residual infrastructure equipment installation, operations, and maintenance documentation. D.Residual infrastructure equipment warranty information. Project Closeout The Contractor shall complete coordination, punch list, detailed site clean-up, and other work necessary to allow each task order project to be handed over to the affected consolidation site staff. The approved project closeout templates will be provided within the solicitation. These templates will be managed and completed by the assigned Agency project manager, but the service work necessary to close out each project will be accomplished by the Contractor under this contract. Use of these templates, with suitable modifications as necessary for the individual projects, is mandatory. Performance Objectives for this requirement are shown below. Performance Objective Closeout Requirements Met. All project closeout requirements in templates are met to the satisfaction of the consolidation site and Agency project manager. Punch List Completed in Timely Manner. All project punch list items completed efficiently. Site Cleaned and Ready for Turnover. Final handover meets cleanliness and aesthetic expectations of consolidation site staff and Agency project manager without rework. FACILITY/RESOURCE PROVISIONS The Contractor shall provide all staff, resources, tools, transportation, and similar necessary to accomplish the tasks in the PWS and associated task orders. GOVERNMENT FURNISHED PROPERTY The Government shall provide lists of personal property proposed for DIET services with each task order. The Contractor shall provide all necessary personnel, skills, services, tools, equipment, and similar to execute the DIET services under each task order. There is no general or standard list of Government-furnished property available. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address, telephone number, business size, NAICS code; DUNS, SIN Category and GSA Schedule; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) Provide services under a performance based service acquisition contract. In addition to providing a capability statement as discussed above, a series of questions regarding capability must be answered. Please ensure the question number is referenced within the RFI response. Below are the capability questions: 1.What are your organization's experience with and capabilities for tasks noted in this RFI? 2.Based on your experience, does your company have the resources to provide these services for multiple projects nationwide as indicated in the place of performance section above? 3.Does your company have the expertise/competency depth necessary to maintain quality personnel to perform the task indicated in this RFI in short turnaround times? 4.Can you company accomplish these services solely or would you subcontract with another company? 5.How do you structure pricing for these services? 6.What is the industry standard for mileage reimbursement/travel on such requirements? Is this typically a separate charge or is it included in the overall pricing? 7.Are there any additional tasks that you envision for this requirement? 8.Are there labor categories that you envision for this requirement? 9.What is the best NAICS code for this requirement? 10.Do you have a GSA contract schedule? If so, is IT Schedule 70, the most appropriate for this requirement? If not, please explain. Structure of Responses Contractors should respond to this RFI by Tuesday May 17, 2016 by 4PM ET via e-mail to Amanda.Burke3@va.govand Melissa.Maloy@va.gov. Limit all responses to 15 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A16N0158/listing.html)
 
Document(s)
Attachment
 
File Name: VA119A-16-N-0158 VA119A-16-N-0158.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711762&FileName=VA119A-16-N-0158-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711762&FileName=VA119A-16-N-0158-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04105154-W 20160506/160504234210-f5778a558187b970dcca338afd7da188 (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.