SOURCES SOUGHT
70 -- SSA is seeking sources for a Enterprise Network Monitoring Tool
- Notice Date
- 5/5/2004
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
- ZIP Code
- 21207-5279
- Solicitation Number
- SSA-RFI-ENMTool
- Response Due
- 5/20/2004
- Archive Date
- 6/4/2004
- Point of Contact
- Cynthia Spencer, Contract Specialist, Phone 4109653369, Fax 4109659560, - Cynthia Spencer, Contract Specialist, Phone 4109653369, Fax 4109659560,
- E-Mail Address
-
cynthia.spencer@ssa.gov, cynthia.spencer@ssa.gov
- Description
- This is a REQUEST FOR INFORMATION. The Social Security Administration (SSA) is seeking sources capable of providing a software application for the following items:1)Product must be able to run on a single UNIX (IBM AIX v5.1 or above and/or SUN Solaris v2.8 or above) platform; 2)Product must support and must have the Web-interface capability via the Microsoft Internet Explorer v5.5 or above from out-of-the-box; 3)Product must be able to archive and accept events from systems (hardware & operating systems), network (routers, switches and any LAN & WAN devices), and applications (off-the-shelf and/or custom applications); 4)Product must be able to archive and automate from out-of-the-box to process and correlate events for the following criteria: a)Deduplication/filtering (for example, when multiple, repetitive events are received for the same problem on the same element, store the event once and increase a counter indicating the number of times it has been received, rather than flooding the user?s screen with redundant events); b)Ability to provide correlation functionality to reduce the event stream presented to users; c)Ability to accept and forward events from servers, network devices, and applications; d)Ability to correlate and provide root-cause analysis (RCA) and impact analysis, prior to forwarding filtered events to the main event console; e)Ability to do bi-directional integration with Peregrine?s ServiceCenter platform for improved problem management process workflow and ability to group events into business-relevant (for example, geographical, organizational, application, business service or customer grouping) to assist in determining severity and business impact improve the NOC and/or IT operations staff?s productivity; f)Ability for users to acknowledge and assign alarms into Peregrine?s ServiceCenter platform; g)Ability to do bi-directional integration with the IBM Tivoli Enterprise Console (TEC); 5)Product must be able to present event data to users in all of the following ways: a)On the console screen using color and sound (visual and audible alarms); b)Through a Web interface; c)By pager and e-mail; and d)By grouping logically (presenting groups of events that relate to business processes, IT services, departments, geographic regions or any other arbitrary, user-defined grouping); 6)Product must be compliant with industry standards as follows: a)SNMP version 1, 2, 2c and 3 support (RFCs 2011, 2012, 2013, 2574, 2575 and 3414); b)MIB II (RFC 1213 and 2021); c)RMON1: c.i.)RFC 1757 (Ethernet ? all groups); c.ii.)RFC 1513 (Token Ring ? all groups); d)RMON2 (RFC 2021 -- all groups and RFC 2895); e)Frame Relay DTE MIB (RFC 2115); f)ATM RMON MIB (Cisco Systems? experimental MIB tree); g)HCRMON (IETF draft); h)SMON (IETF draft); i)DSMON (RFC 2474) and j)ART MIB (IETF draft); 7)Product must provide a web interface that allows for configuration of polling SNMP (v1, v2c and v3) and RMON1 & RMON2 MIB data, and do the following: a)Captures, stores, and graphically presents SNMP data. This data should be stored in a database format for real-time and historical reporting; b)Reports must be viewable via the WEB browser; c)MIB data collections must be able to check for meeting user?s input thresholds and then made into events; d)The capability to set a threshold, number of occurrences, and length of time of occurrences (e.g. 10 in 12 hours); e)Those events must then be processed via the event processing discussed in Items 3, 4, and 5 above; f)It should be capable of scheduled polling as low as 60 seconds collecting interval; 8)Product must be able to prioritize reports for the events in real-time and historical time based on the following criteria: a)It should be able to give us highly detailed reports on network status both real-time and historical, as well as service-level information; b)The capability to group devices in a variety of categories that is a Web interface capability (applied to Items 3, 4, and 7 above) that allows authorized report access from Microsoft Internet Explorer v5.5 or above; c)The total node-downs for all monitored devices (e.g. routers, switches, servers) over a given period of time; d)The total node-downs for any devices at a given site over a given period of time); e)The total node-downs for anything in a specific grouping (as described in Item 4e) over a given period of time. These may require a pre-defined ?alias? or list of things that are related (grouping); f)The total of some other type of alert (e.g. link down, reliability, nGenius, etc.) for any of the above combinations; g)The average number of alerts for any of the above combinations; and h)The least number of alerts for any of the above combinations; 9)Product must be able to discover the enterprise devices (Cisco and non-Cisco devices) during the discovery process and must be able to meet the following criteria: a)It should be discovering devices and updates the topology dynamically; b)It should be launching the discovery process at scheduled times to update devices and able to display the up-to-date topology dynamically; c)It should be able to identify what devices have been found in terms of the brand or manufacturer names; d)It should be able to poll intelligently to reduce the bandwidth usage by collecting only the information necessary for updating and diagnosing a problem(s);e)It should be able to exclude and/or include specific IP addresses, specific IP addresses range, specific hostnames and specific hostnames range; 10)Product must be able to monitor the Voice-over-IP (VoIP) protocols and the following criteria: a)It should be able to provide reports and alerts which are tied with the Items 3, 4, 5, and 8 above for delay, jitter, echo, congestion, packet loss, and misordered packets arrival b)It must be compliant with industry standard as follows: b.i.)H.323 (RFC 1889); b.ii)IPDC (IP Device Control, draft-draft-taylor-ipdc-00.txt, draft-calhoun-diameter-07.txt); b.iii.)MGCP (Media Gateway Control Protocol, RFC 2705); b.iv.)Megaco (H.248, draft-ietf-megaco-merged-00.txt); b.v.)RVP (Remote Voice Protocol) over IP; b.vi.)SAPv2 (Session Announcement Protocol, draft-ietf-mmusic-sap-v2-06.txt); b.vii.)SDP (Session Description Protocol, RFC 2327); b.viii.)SGCP (Simple Gateway Control Protocol); b.ix.)SIP (Session Initiation Protocol, RFC 2543); and b.x.)Skinny (Cisco protocol). Section 508 Compliancy: Interested vendors must provide verifiable proof in sufficient detail to demonstrate their ability to meet the Agency?s requirement. The applicable subsection is 1194.23, see URL site http://www.ssa.gov/oag/acq/oagacq_508.htm. Respondents should indicate whether their services are available on the GSA Federal Supply Schedules or any other Government Wide Agency Contract (GWAC). This is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of any evaluated results from the data received. No contract award will be made on the basis of responses received; however, this information will be used in SSA?s assessment of capable sources. Electronic responses only must be submitted by May 20, 2004. Faxed information will not be permitted. Requests for copies of a solicitation will not be honored or acknowledged. NO FORMAL SOLICITATION IS BEING ISSUED AT THIS TIME. The size limitation for email attachments is 5 megabytes. MS Word 2002 is the standard word processing software. Respondents should refer to SSA-RFI-ENMTool.
- Place of Performance
- Address: National Computer Center, 6201 Security Blvd., Baltimore, Maryland
- Zip Code: 21235
- Country: US
- Zip Code: 21235
- Record
- SN00580706-W 20040507/040505212536 (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 |