DOCUMENT
D -- TAC-17-44710 Uptime Site Generator Assessments for VA Information Technology Centers - Attachment
- Notice Date
- 6/29/2017
- Notice Type
- Attachment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11817R2268
- Archive Date
- 8/28/2017
- Point of Contact
- Lauren Sankar, Contract Specilaist
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 2 This RFI is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry practices, and input specific to the information and questions provided below. The Government is not responsible for any cost incurred by industry in furnishing this information. I. The purpose of this Request for Information (RFI) is to search for qualified vendors capable of meeting the Department of Veteran Affairs (VA) requirements for Tier compliance, generators automatic transfer switch (ATS) timing verification, Electrical Utility Configuration Reliability verification and site due diligence Assessment. Tasks shall be performed in VA facilities listed below. Work may be performed at remote locations with prior concurrence from the Contracting Officer s Representative (COR). Austin Information Technology Center (AITC), Austin, TX 78772 Hines Information Technology Center (HITC), Hines, IL 60141 Philadelphia Information Technology Center (PITC), Philadelphia, PA 19144 Capital Region Readiness Center (CRRC), Martinsburg, WV 25405 Quantico Information Technology Center (QITC), Quantico, VA 22134 Culpeper Information Technology Center (CITC), Culpeper, VA 22701 Project shall focus on the following: Document the most likely Tier rating and Operational Sustainability of each site topology. Interviewing site staff, organization and training program for facility operations background information. ITC Data Centers Due Diligence Assessment (DCDDA) is a comprehensive review that examines both existing critical facility infrastructure and operations. It provides a thorough, unbiased assessment of a site, including achievements, risks, and determination of the most likely Tier rating. The review includes recommendations for mitigation and remediation of any gaps in order to align the site s infrastructure and operation with the business requirements. Investigation of sites generators ATS for proper timing for connecting to switchgear for required reliability. Also, review power backbone, UPS & batteries and critical power distribution. Review site facility maintenance programs Review Data Centers Cooling/refrigeration plant (DX or chilled water) and UPS cooling. Review space, power and cooling capacity management processes. Provide each site with final report providing current Tier rating (listing capacities), identifying downtime vulnerabilities, offering improvement recommendations, stating opportunities to reduce risk of human error, suggest opportunities for sites better alignment for infrastructure and operation with business objectives. II. After reviewing the information contained within this RFI, interested capable contractors are invited to provide responses to the following questions: Name of Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Will your company alone be able to provide all of the services to meet the requirements or will you have to partner with other vendors? If you will have to partner please provide the following information: Identify who the proposed partner(s) would be (include Name, Cage Code, and DUNS number). Provide information if services are available under any Federal Contract Vehicle that this requirement would be withiscope of, e.g., GWACs, GSA Federal Supply Schedule, T4, etc. III. Responses shall be emailed to Contract Specialist Lauren Sankar at lauren.sankar@va.gov by 5 PM EST on July 6, 2017. Please put VA118-17-N-2268 in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/87b9110b96a366bc6cc282912f7624b3)
- Document(s)
- Attachment
- File Name: VA118-17-R-2268 VA118-17-N-2268.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3627011&FileName=VA118-17-R-2268-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3627011&FileName=VA118-17-R-2268-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-17-R-2268 VA118-17-N-2268.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3627011&FileName=VA118-17-R-2268-000.docx)
- Record
- SN04562242-W 20170701/170629234931-87b9110b96a366bc6cc282912f7624b3 (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 |