MODIFICATION
D -- Post End-of-Life Support for Red Hat 7.2
- Notice Date
- 12/2/2003
- Notice Type
- Modification
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- DG133W-04-RQ-0014
- Response Due
- 12/12/2003
- Point of Contact
- Anita Middleton, Contract Specialist, Phone 301-713-0828 x129, Fax 301-713-0806,
- E-Mail Address
-
Anita.R.Middleton@noaa.gov
- Description
- Amendment 0001 is being issued to provide Questions and Answers, to include version 8.0 as part of the support, and to require separate technical and pricing submissions for three scenarios. Questions (Q) and Answers (A): (Q1) What type of support does the Government require? Is it 24/7 or normal business hours? (A1) The most important element of support is provision of patches. The vendor should place the patches on a server that the Government can access at the Government?s convenience via ftp or sftp. Other requests for support will be rare, and will be during normal business hours. (Q2) Will the support require onsite, offsite, or a combination of both support? (A2) The Government expects that requests for support (other than provision of patches) will be rare. Such requests will usually be handled by telephone, but it is possible that visits to Government integration and test facilities in the Washington Metropolitan Area may be required. (Q3) How many systems will require Red 7.2 patch/driver support? (A3) The Government will handle all patch deployment and other ?per machine? issues, so the number of systems involved should not be relevant. User-level support is handled by currently existing engineering staff. Somewhere between 1,000 and 2,000 machines are involved. Up to two NWS programs may be involved, so there will be at most two different machine configurations. (Q4) Will the Government furnish equipment at the contractor?s site for testing of developed patches/drives? (A4) No. Routine testing of patches may be done on commodity Intel x86 hardware with the contractor is expected to own. Testing of hardware-specific patches may require visits to the Government?s integration and test facilities in the Washington Metropolitan Area. (Q5) How does the Government require the deployment of patches/drivers? By onsite, offsite link, or best means method? The Government recommends that the patches be loaded on to the contractor?s ftp or sftp server. Up to three Government IP addresses should be granted access to the server to download patches. Contractor?s server should have a reliable internet connection providing data transfer speed of at least 600 kilobits per second. According to the commercial definition and the performance based acquisition solution, the contractor needs to come up with the best solution that will meet the Government?s needs. The contractor must be able to stand by any solution provided to the Government. (Q6) Will the Government provide the contractor any office/test bench space at the Government location? (A6) If onsite testing or consultation is required, the Government will provide the necessary access and facilities on an ad-hoc basis. (Q7) Does the Government require a Time and Material or a Cost Plus quotation? (A7) The Government is expecting a firm-fixed price quotation. This is a commercial acquisition and commercial acquisition can only be firm-fixed price methodology. If the contractor is asked to provide additional services besides supporting the Red Hat, the contractor will need to provide labor categories and labor rates for that type of work. The Government will provide a line item for a not-to-exceed amount for this particular purpose. (End of Questions and Answers) All additional information will be shown within the solicitation via quotations. (End of Amendment) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is DG133W-04-RQ-0014 and this solicitation is being issued as a Request for Quote (RFQ). This solicitation has incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2001-17. This acquisition is being conducted as a full and open competitive requirement. The Department of Commerce, National Oceanic Atmospheric Administration?s National Weather Service (NWS) presently has custom-written software running on Intel x86-based computers using the Red Hat Linux ?operating system, versions 7.2 and 8.0. Those OS versions? are scheduled for end-of-life (termination of support by Red Hat) on 31 December 2003. NWS has a requirement to continue to use ?those versions? through September 2005. Therefore, NWS is looking for contractors who have the capability to support the Red Hat 7.2 ?and 8.0? until ?they are? replaced in September 2005. The required support consists of providing tested binary patches for the component packages in Red Hat Linux 7.2 ?and 8.0?. The contractor shall promptly provide patches for any reported security vulnerabilities that affect any components of Red Hat Linux 7.2 ?and 8.0?, and also provide any patches that the above-mentioned security-related patches depend on. The contractor will also provide patches (drivers) as requested to support new hardware, and patches as requested to support upgrades to component packages of Red Hat 7.2 ?and 8.0?. NWS?s own servers and procedures will be utilized to deploy patches. Vulnerabilities, errata, and upgrades for which the contractor is required to provide patches will already have been patched for some other version of the Linux operating system, or the patches will be available in source code form from the maintainers of the utilities in question. The contractor will not be expected to provide drivers for any hardware which has never before been supported under Linux. Patches must be tested by executing the patched utility on x86 hardware. The Government may require that certain patches be tested on specific Government Furnished equipment. The patches shall be provided in easily-installable packages. RPMs are preferable. Compressed tar files with installation scripts are acceptable. The contractor shall provide consultation and support services as necessary to NWS Contracting Officer?s Technical Representative (COTR) in planning and executing deployment of the patch. The contractor may be asked to provide services or assistance for diagnosing OS, infrastructure (for example XFree86), and hardware problems. The contractor shall submit a statement of work and a quality assurance plan that address the above requirements and the following scenarios: (1) Patches for critical security vulnerabilities must be made available as soon as possible after the NWS requests them. The contractor will have only five business days after notification to provide a test patch. (2) Patches to support hardware and software upgrades: NWS will notify the contractor at least 30 calendar days before the required delivery date. (3) The contractor may be asked to provide assistance with low-level systems programming or diagnostic services. This acquisition is for one base year with one one-year option. The anticipated start date for this acquisition is 01 January 2004. The following provisions apply to this RFQ: 52.212-1, Instructions to Offerors ? Commercial, Technical/Management/Past Performance portion of the proposal shall be submitted separately from the Price portion; 52.212-2, Evaluation ? Commercial Items, Technical/Management/Past Performance is more important than price. The Contractor?s Solution to the above requirement will be evaluated. ?The solution will also include (1) Support for only Red Hat 7.2 as described above; (2) Support for only Red Hat 8.0 as described above; (3) Support for both Red Hat 7.2 and Red 8.0 as described above.? The Contractor?s Quality Assurance Plan will be evaluated, and the Contractor?s Past Performance will be evaluated. For Past Performance, Contractor?s must submitted relevant experience along with points of contact information. The past performance data can not be no more than 3 years old. Cost is not scored but will be evaluated for realism. Provision 52.212-3, Offeror Representations and Certifications ? Commercial Items also applies. 52.212-3 must be completed and submitted with the Contractor?s proposal. The following clauses apply: 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items. The following clauses within this clause will apply: (13); (15); (16); (17); (18); (19); (27); (28); (29); and (30). The above clauses and provisions can be found at www.acqnet.gov. Proposals are due to the Primary Contact via e-mail by 12 December 2003, 12:00 p.m. eastern time. The start date of this acquisition is very important so if any interested parties have any questions. Request you submit your questions immediately to the primary contact. The primary contact?s e-mail address is Anita.R.Middleton@noaa.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-DEC-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Place of Performance
- Address: Department of Commerce, NOAA/National Weather Service, 1325 East West Highway, Silver Spring, MD
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN00480523-W 20031205/031203212803 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |