SOURCES SOUGHT
70 -- COTS Web Solution
- Notice Date
- 1/23/2006
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244
- ZIP Code
- 21244
- Solicitation Number
- KMT01232006
- Response Due
- 2/7/2006
- Archive Date
- 2/22/2006
- Description
- This is a Sources Sought announcement, a market survey for electronic/written information only. This is not a solicitation announcement for proposals. No contract will be awarded. This is a request for information only. The Social Security Administration?s Office of Acquisition and Grants (OAG) is seeking sources capable of providing a Commercial-Off-The-Shelf (COTS) solution for a product that can push web content through a firewall to populate web servers. Webmasters for the Internet Social Security website (www.ssa.gov) do not have access to the Internet servers. Instead, they place their information files, on four Mirror servers, which are located in SSA's Intranet. Once every hour, those files are pushed through a firewall to the Internet servers to update their content. SSA estimates the file base at approximately 55,000 files. On an average day approximately 14 files per hour are transferred. However, this number can vary from a low of 0 to a high of approximately 4,650 files per hour. In addition, SSA's growing requirements are quickly deeming the script not robust enough. We need to replace it with a supported COTS type solution that will meet our growing needs. The following specifications are Mandatory Requirements: 1) COTS solution; 2) NOT a customized solution; 3) NOT a Windows based solution; 4) Transfer via SOCKSified SSH/SCP/SFTP to multiple servers; 5) Include SSH command-line interface; 6) Capable of being Load Balanced for redundancy/automatic failover; 7) Work globally; 8) Able to populate web servers without shutting them down; 9) Able to scan specific directories; 10) Able to identify all changes between periodic runs including inode, mode (permissions), number of links, uid, gid, file size, modification time; 11) Able to exclude directories or files; 12) Able to generate a list of changed files; 13) Build a compressed archive of changed files and deleted files; 14) Post changes, 15) Uncompressing and extracting changed files from archive; 16) Change ownership and permissions to secure setting; 17) Remove deleted files; 18) Maintain database of files and their status; 19) Log all changes; 20) Include error recovery to provide for indefinite posting attempts; 21) Use all open source tools including shell and Perl; 22) Be multithreaded; 23) Able to update a number of servers simultaneously; 24) Include Software Control and/or roll-back capability; 25) Include customizable timetable for transferring data automatically and manually; 26) Include automated, scheduled runs with manual runs possible; 27) Include continuous attempts to update servers until successful; 28) Capable of setting permissions on the servers it is updating; 29) Have an alerting mechanism if information is not updated; 30) Must be Section 508 compliant; and, 31) Must be IPv6 Compatible. Interested vendors must be able to provide verifiable proof by submitting information in sufficient detail to clearly demonstrate their ability to meet the Agency requirements, above. Detailed responses to each of the above requirements (with substantiating documentation) are required. Simple marketing information or incomplete responses will not be considered. Reference to vendor web sites is not considered a valid response. Respondents should indicate whether their software is available on GSA Federal Supply Schedules, other Government-wide Agency Contract (GWAC), or Open Market. Please submit product cost and/or pricing data, inclusive of annual maintenance, with your response. Respondents should refer to KMT-01-23-2006. Only Electronic responses will be accepted and should be submitted by February 7, 2006. Faxed information will not be permitted. The size limitation for email attachments is 5 megabytes. MS Word is the standard word processing software. A solicitation is not available; therefore, written and/ or verbal requests for copies of a solicitation related to this announcement will not be honored. A determination by the Government not to compete this proposed order based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information submitted. Requests for information will not be honored. If you have any questions regarding this announcement, please contact the Contracting Specialist listed below.
- Place of Performance
- Address: Social Security Administration, 6401 Security Blvd, Baltimore, MD
- Zip Code: 21235
- Country: USA
- Zip Code: 21235
- Record
- SN00971137-W 20060125/060123212339 (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 |