SOLICITATION NOTICE
D -- RFI about Asset Data Mgmt software tools.
- Notice Date
- 3/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406
- ZIP Code
- 62225-5406
- Solicitation Number
- Reference-Number-4904
- Response Due
- 4/9/2004
- Archive Date
- 4/24/2004
- Point of Contact
- Lori Dall, Contract Specialist, Phone 618-229-9487, Fax 618-229-9440, - Deborah Arentsen, Contract Specialist, Phone 618-229-9661, Fax 618-229-9508,
- E-Mail Address
-
dalll@scott.disa.mil, arentsed@scott.disa.mil
- Description
- 1.0 INTRODUCTION 1.1 Background The Defense Information Systems Agency (DISA) - Computing Services (CS) has identified a need to research potential Information Technology Asset Management (ITAM) solutions for a network environment that includes mainframes, UNIX, Windows-based operating systems, communications devices, software, and other related assets. 1.2 Purpose The purpose of this Request For Information (RFI) is to identify a solution that will support a methodology for an enterprise Asset Data Management (ADM) requirement. Computing Services? overall objectives are to: Establish a centralized repository to store all asset-related (hardware, software, service) data Track assets from Installation, Moves, Additions, Changes (IMACs), and return and repair histories to retirement and disposal Implement auto-discovery in order to allow automatic collection of physical and configuration data on the networked enterprise assets, provide reconciliation with the centralized asset repository, and display a historical view of changes made to an asset Deploy a Commercial Off-The-Shelf (COTS) solution that integrates procurement, inventory management, hardware and software contract management, and license management functions Utilize industry best practices to reduce Total Cost of Ownership (TCO) and achieve maximum Return On Investment (ROI) 1.3 Computing Services Environment The vendor?s solution must operate in Computing Services? hardware/software environment as described below. The DISA Computing Services environment consists of multiple hardware devices from various vendors. Currently, there are 279 Sun Microsystems, 285 HP, 117 Compaq, 423 Dell servers, 52 IBM, and 8 Unisys. The operating systems deployed consist of 228 HP-UX, 1 Linux, 249 Solaris, 38 Sun OS, 35 AIX, 34 UNIX, 336 Windows 2000, and 360 Windows NT, in addition to others. The equipment is located at 19 sites across the continental US. 2.0 TECHNICAL INFORMATION REQUESTED FROM VENDOR 1. Is your product on a GSA schedule? 2. What kind of technical support is available for your product? 3. Does your product support Federal standard (Section 508) for accessibility? 4. Describe your product?s technical architecture (required platforms, databases, network infrastructure, etc.). Identify third-party software products required to implement your product. 5. Does the product support PKI/PKE encryption? Also, describe the interaction between the application software security, database security, and operating security. 6. Does your product support electronic signatures? 7. Describe the workflow management process that will allow the capability to generate workflows based on business rules and automatic notifications. 8. Does your product provide a central database that contains all information on the assets, including attributes, status, contractual, financial, location, contact, and organizational data? 9. Describe how your product integrates with external systems (e.g., help desk or human resources). List any built-in resources such as SNMP traps, APIs, adapters or interfaces. Additionally, does your product provide the capability to import and export data to and from commonly used file formats (.xls, .txt, etc.)? 10. Describe how your product manages contracts, including the process in which it tracks critical contract details and relates them to assets and services. 11. Does your product have a software license management module that produces a comparison between contractual and inventory data in order to track licensed amount, number in use, inventory thresholds, excess redistribution, and shortages? 12. Does your product have the ability to electronically produce and verify a baseline inventory, compare the report to central repository data, and identify discrepancies? 13. Describe how your product tracks the Installation, Moves, Additions, Changes (IMACs), and retirement/disposal of an asset throughout its lifecycle. 14. Does your product have an auto-discovery tool that provides configuration data on hardware and software assets in mainframe, UNIX, and Windows-based environments? If not, does your product interact with a third-party auto-discovery tool to provide the above functionality? 15. Does your product provide bi-directional interface or third-party integration with a barcode scanner and the asset repository? 16. Does your product have an automated procurement module that can fulfill requests through searches into the central repository for unused assets, reconcile invoices, and verify status at each stage of procurement? 17. Describe how the reporting and analysis tool retrieves information from the asset repository in a predefined and ad hoc basis. 18. Describe how your product establishes and defines system access rights and roles-based user profiles. 19. Describe your product scalability features and flexibility to modify views, field names, menus, reports, etc. 20. Does your product support integration with mainframe computers, specifically IBM and Unisys? 3.0 INSTRUCTIONS FOR RFI SUBMISSION 3.1 Submissions Vendor RFI responses must be received by 4:00 PM Eastern Standard Time on 9 Apr 04. Please limit responses to ten pages including addendums, attachments, appendices. E-mail responses are preferred. Submit your response to: Bryan Miller Asset Data Mgmt Team Email: millerb@ritchie.disa.mil 3.2 Your Company Information As the first section of your response, include details regarding your company such as brochures and other published material. At a minimum, the following information should be provided: Company name, address, city, state and zip, phone and fax numbers, and web address One sales contact with phone number and e-mail address One technical contact with phone number and e-mail address Location of U.S. primary and satellite offices Applicable product name(s) Three references of solutions installed at other locations of similar size and complexity must be provided. If this is not available, provide three references of solutions similar in scope installed at locations of any size and complexity. Include contact names, telephone numbers, addresses, product names, and the date when the software was installed. DISA Computing Services Directorate is not liable for any costs incurred by vendors in the preparation and delivery of their responses nor for any subsequent discussions and/or product demonstrations. Receipt of the RFI or submission of an RFI response confers no rights upon the vendor nor obligates the Computing Services Directorate in any manner. 3.3 Questions Questions regarding the RFI should be submitted by electronic mail. Questions should be addressed to: Bryan Miller, Asset Data Mgmt Team, millerb@ritchie.disa.mil
- Record
- SN00552860-W 20040326/040324223826 (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 |