Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOURCES SOUGHT

70 -- Nuclear Regulatory Commisison Data Center Services

Notice Date
7/17/2012
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
OIS-13-DCS
 
Archive Date
9/1/2012
 
Point of Contact
Wanda M. Brown, Phone: 3014923634, Joseph Widdup,
 
E-Mail Address
wanda.brown@nrc.gov, Joseph.Widdup@nrc.gov
(wanda.brown@nrc.gov, Joseph.Widdup@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Nuclear Regulatory Commission (NRC) is issuing this sources sought synopsis as a means of conducting market research to determine the availability and potential technical capability of sources to provide a range of services to include management, administration, and operational support for the provision of NRC's data center services for its headquarters complex in Rockville, MD. BACKGROUND: The NRC also has other offices in the following locations: • Regional Office in King of Prussia, PA • Regional Office in Atlanta, GA • Regional Office in Lisle, IL • Regional Office in Arlington, TX • Technical Training Center (TTC) in Chattanooga, TN. Collectively among the headquarters and other locations, there are approximately 6,400 NRC employees and contractor personnel. The NRC is building a new data center that is currently under construction in the NRC's headquarters complex. The data center will be built out with the minimum number of server racks (currently 90) to support the consolidation of the two existing NRC headquarters data centers into the new NRC headquarters data center. The new headquarters data center services that NRC expects to acquire from a contractor in the future may include: 1) Co-location. NRC infrastructure that supports data center services will be hosted at a contractor's Tier III facility. The contractor will provide all services necessary to ensure an optimal computing environment (rack space, power, HVAC, physical security, internal rack connectivity and carrier neutral telecommunications access). The contractor will manage and operate the data center facilities while the NRC owns and operates the IT equipment and resident applications. The NRC will continue to provide all labor to administer the hosted systems. Communications demarcation point(s) will be provided at the contractor's facility. A Tier III facility has the following characteristics: multiple independent distribution paths serving the IT equipment, all IT equipment must be dual powered and fully compatible with the site topology and concurrently maintainable site infrastructure guaranteeing at least 99.82% availability. 2) Unmanaged hosting (Infrastructure as a Service (IaaS)). The contractor will provide all co- location services. Additionally, the contractor will provide all of the IT equipment necessary to support the NRC's data center services requirements (i.e. racks, servers, virtual machines, internal network switches). The contractor will perform system administration functions such as server installation and burn in, operating system loading, and system hardening in accordance with FISMA and NRC's security requirements. The contractor will perform maintenance activities associated with supporting the servers to include but not limited to the installation of patches, upgrades to the O/S (MS Windows Server 20XX, VMware Servers and Oracle Solaris), system back-up and data restoration. The NRC will own the applications and databases (i.e. manage licenses), and will also provide labor to administer and support the applications residing on the contractor's infrastructure. 3) Hosted Managed Services (Platform as a Service (PaaS)). The contractor will provide co-location and unmanaged hosting services. Additionally the contractor will provide "turn-key" solutions for specific IT services. The IT services may include but not limited to : a. Microsoft Outlook (e.g. E-mail, calendaring, task management) b. MS Office Suite (MS Word, MS Excel, MS PowerPoint, MS Access, etc.) c. Virtual collaboration (e.g., GoToMeeting) d. File storage e. SharePoint 4) Full Service Hosting (Software as a Service (SaaS)). The contractor will provide co-location, unmanaged and managed hosting services. Additionally the contractor will also provide services to support selected NRC business applications. The major application support components are application hosting, application management, and application implementation and integration services. a. Application hosting support includes, but is not limited to maintenance and operation of the hardware, operating system software, data center support and telecommunications in support of the application. Software license maintenance costs (are we providing list of software) are considered a part of hosting services. The contractor may offer the "cloud" as a possible hosting environment. b. Application management support includes functional and technical tasks directly related to the application which includes issue resolution, offline processing, report preparation, distribution and archiving, monthly, quarterly and annual processing, data and application software back-up and restore, and database administration. c. Implementation and integration support includes application installation, testing, cut-over, and post-deployment support at the hosting site. Services such as application configuration, interface development and testing, and system documentation may be required. 5) Continuity of Operations/Disaster Recovery and Security Services. Given the mission critical nature of the services outlined above, the contractor will operate and maintain robust Continuity of Operations Planning (COOP)/ Disaster Recovery (DR) services and have security capabilities that are compliant with Federal Information Security Management Act (FISMA) and NRC security policies and controls. a. COOP. The contractor will comply with the guidance contained in the Federal Preparedness Circular 65 (FPC-65). This guidance describes the requirements of COOP and calls for essential functions to be operational within 12 hours of COOP activation. The proposed services must meet this standard and must be tested at least annually. b. DR. The contractor will ensure that its DR plan and capabilities comply with Federal standards. DR capabilities may include high availability systems, multiple communications access points and providers, mirroring for key services and business applications, replication to an off-site location, and redundant facility components (uninterruptible power supply, multiple power feeds, redundant generators, etc.) c. Security. The contractor will comply with the security directives, procedures and controls as stipulated in the, FISMA, the National Institute of Standards and Technology (NIST) 800.53 publications, and NRC IT security policies and controls. HOW TO RESPOND TO THIS NOTICE: If your organization has the capability and potential capacity to perform the data center services described above, then please respond to this notice and provide written responses to only the following information. 1. Organization name, address, email address, Internet site address and telephone number. 2. What size is your organization with respect to NAICS code 518210 (i.e. "small" or "other than small")? If your organization is a small business under the aforementioned NAICS code, what type of small business (i.e. small disadvantaged business, woman-owned small business, economically disadvantaged woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a), or HUBZone small business? Specify all that apply. 3. Does your organization have experience providing co-location services? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 4. Does your organization have experience providing IaaS? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 5. Does your organization have experience providing PaaS? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 6. Does your organization have experience providing SaaS? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 7. Does your organization have experience providing continuity of operations? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 8. Does your organization have experience providing disaster recovery services? If so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 9. Does your organization have experience providing IT security services (DISA STIGs, patches from various software vendors)) ? if so, please list and describe those contracts (contract number, contract type, contract value, description of supplies and services included in the scope, period of performance, etc.) and indicate your organization's role (prime contractor, first tier subcontractor, lower tier subcontractor). 10. Indicate whether your organization offers co-location, unmanaged hosting (IaaS), managed hosting (PaaS), full service hosting (SaaS), continuity of operations/disaster recovery and security services on existing Federal Government contracts (i.e., GSA Federal Supply Schedule contract or Government wide Acquisition Contracts) that the NRC could order from and, if so, provide the contract number(s) and indicate what is currently available for ordering from each contract. 11. Indicate whether your company has had any organizational conflicts of interest in performing work for NRC in the past and, if so, how those conflicts were addressed. 12. Based on NRC Acquisition Regulation Subpart 2009.5 (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html), indicate whether you believe that your organization would have any conflicts of interest in performing the data center services described above. Responses to this sources sought notice shall be submitted by the wanda.brown@nrc.gov, with a courtesy copy to joseph.widdup@nrc.gov in a format that is readable in Microsoft Word format or Adobe.pdf format. Responses should be submitted so that they are received at the aforementioned email addresses by the response date and time for this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/OIS-13-DCS/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11545 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02805857-W 20120719/120718000241-3051ccb785638c2de80d3db7f323b068 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.