SOURCES SOUGHT
D -- MISSION CRITICAL APPLICATION SUPPORT SYSTEM
- Notice Date
- 4/28/2011
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL111RI21250_CAF
- Archive Date
- 5/26/2011
- Point of Contact
- Christian Fowler, , Gladys Bailey,
- E-Mail Address
-
fowler.christian@dol.gov, Bailey.Gladys@dol.gov
(fowler.christian@dol.gov, Bailey.Gladys@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) MISSION CRITICAL APPLICATION SUPPORT SYSTEM DIVISION OF INFORMATION TECHNOLOGY MANAGEMENT AND SERVICES RFI Number: DOL111RI21250 Notice Type: Request for Information INTRODUCTION The United States Department of Labor (DOL) agency is conducting market research for a potential procurement to provide support for its applications that are deemed "mission critical." This potential procurement will require the services of contractor(s) to provide all labor, supervision, and transportation necessary to manage, develop, test, deploy, and maintain a support system for these mission critical applications. The North American Industry Classification System (NAICS) code for this request is 541512, Computer Systems Design Services. The Small Business Size is $25 Million. SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUBZone small business; service-disabled, veteran-owned small businesses; 8(a) small business; women-owned small business; or small disadvantaged business in order to assist the government in determining the appropriate acquisition method, including whether a set-aside is possible. BACKGROUND Support and systems operation must be available 24x7/365 days per year at data centers located in Washington D.C. and St. Louis, Missouri; and support can be through onsite support, remote support, or some combination of the two. The operating environment to be managed and supported consists of hundreds of servers running UNIX and Windows operating systems, hundreds of databases running on several Database Management Systems, and several Terabytes of online and replicated data. The proposed system will provide support for the platform and operating environment for 11 major applications comprised of hundreds of sub-applications, external interfaces, and infrastructure components, as well as office automation services such as email, IVR and other COTS applications, and networking services such as Active Directory Services, DNS, DHCP and LAN management. The major application software, which is largely multi-tiered client server or web-based, is developed and maintained by staff in several business program areas, but will be deployed/distributed, managed and operated through this support system contract. These applications are utilized by approximately 5,000 users from 300+ regional, district, area and field offices throughout the 50 states and various US territories, including Guam, Puerto Rico, and Saipan. The current operating environment and other system and application details include, but are not necessarily limited to, the information provided in Appendices A & B. INFORMATION BEING REQUESTED / QUESTIONS Interested contractors responding to this RFI must verify their ability to fulfill all the necessary requirements by providing details in response to the following: 1. Demonstrate your ability to operate, maintain and support a secure data center, including monitoring hardware, software, and LAN connections, for an engagement of similar size and scope. 2. Demonstrate your ability to operate, maintain and support Remote Access Services (RAS) for an engagement of similar size and scope. 3. Demonstrate your ability to operate, maintain and support Local Area Networks (LAN) for an engagement of similar size and scope. 4. Demonstrate your ability to install, operate, maintain, and support IT hardware, to include servers, LAN switches and hubs, IVR systems (including VOIP, call workflow, etc.), and storage (On-line, Near-line and Off-site), for an engagement of similar size and scope. 5. Demonstrate your ability to install, operate, maintain, and support workstation and server software configurations for an engagement of similar size and scope. 6. Demonstrate your ability to appropriately staff the support system to meet prime metrics during the operational period 6 AM - 10 PM ET Mon - Fri, and to meet non-prime metrics during all other times. Support must include system administration, application administration, database administration, upgrades/releases/patches/software distribution, configuration management, backup and recovery, disaster recovery, and Exchange server administration & files management for an engagement of similar size and scope. 7. Demonstrate your ability to successfully provide the support (type, size, and scope) described herein while operating under a Service Level Agreement for metrics including but not necessarily limited to response time, restore time, and uptime; and where such metrics must exceed 99% for non-prime hours and 99.8% for prime hours. 8. Demonstrate your ability to effectively plan, coordinate, manage, and provide extensive reporting and responses to data calls, on all of the support services described herein, for an engagement of similar size and scope, while meeting or exceeding all metrics. Critical details include your approach to various support elements, such as service request management, incident and problem management, change and release management, configuration and capacity management, etc. PROPRIETARY INFORMATION Respondents are not to provide any information that is considered proprietary, trade secrets, privileged, or confidential as part of the RFI responses. INSTRUCTIONS AND RESPONSE GUIDELINES All interested parties who believe they meet the above described criteria are invited to respond to this RFI, with an indication of their ability to fulfill the said requirements. A Statement of Qualifications/Capabilities Statement package must be transmitted under a cover letter. The cover letter must cite the following information at a minimum: 1. Response to RFI Number: DOL111RI21250 2. Vendor's Company Name, Address, Contact Person Information; 3. Vendor's DUNS Number; CAGE Number 4. Business Size and Size Standard / Classification The response must be specific to the questions above to demonstrate that the respondent has the requisite skills and experience. Experience and past performance is requested of qualified, prime respondents. Partner or team member capabilities should be addressed separately. Responses to this RFI shall not exceed 15 pages, must be viewable with Microsoft Word 2003, and printable on "8.5 x 11" paper. Responses must use 12 point font, Times New Roman, the margins of each page should be at least ½ inch, and each page should contain a page number. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with DOL, and are due no later than 12:00 P.M. (EST) on May 11, 2010. Responses must be submitted via email to fowler.christian@dol.gov. Questions regarding this RFI may be submitted via email to Christian Fowler at fowler.christian@dol.gov. Telephone calls regarding this RFI will not be accepted. The government reserves the right to compete any acquisition resulting from this survey among small businesses, 8(a), or other specially designated firms, based on the responses received. This sources sought notice is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. Contracting Office Address: U.S. Department of Labor (DOL) OASAM Office of Procurement Services 200 Constitution Avenue, NW, Room S4307 Washington, District of Columbia 20210 Primary Point of Contact: Christian Fowler Contract Specialist fowler.christian@dol.gov Secondary Point of Contact: Gladys M. Bailey Contracting Officer bailey.gladys@dol.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL111RI21250_CAF/listing.html)
- Record
- SN02435247-W 20110430/110428234155-00bc0481f27b0c64ffa6bdba525ab15d (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 |