Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2013 FBO #4124
SOURCES SOUGHT

D -- Defense Continuity Integrated Network/Pentagon Continuity Information System

Notice Date
3/8/2013
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-13-R-ADHTBD
 
Response Due
3/26/2013
 
Archive Date
5/7/2013
 
Point of Contact
Angela Hook, 309-782-2334
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(angela.d.hook.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. This is not a solicitation or Request for Proposals. At this time, the Government is only seeking information for market research purposes. 1.Purpose The purpose of this notice is to obtain information from persons, companies, and organizations with a proven track record of success who are interested and capable of providing the services described below. This sources sought notice is for information and planning purposes only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. 2.Background In March 1995, Department of Defense Directive Number 8220 was signed by the Deputy Secretary of Defense. This Directive officially assigned the Secretary of the Army the responsibility for establishing a Single Agency Manager (SAM) for the provision of Pentagon Area Information Technology shared services. The single agency manager (SAM) is now known as the U.S. Army Information Technology Agency (USAITA). The intent of the USAITA is to be a customer-focused service provider that provides, manages, operates, and maintains Information Technology shared services for the Pentagon Area and select agencies and organizations in the National Capital Region (NCR). The Department of Defense Directive stated that USAITA was to be the central source for Information Technology services, and therefore eliminate the requirement for each Department of Defense component to establish, operate and maintain duplicative technology. The policy also explicitly directed USAITA to manage costs, as the directive outlined the responsibility to operate as a business, and continually evaluate new commercial alternatives to providing existing capabilities in the interest of finding cost savings. USAITA is a field-operating agency under the operational control of the Army's Office of the Administrative Assistant. USAITA is an Information Technology (IT) service provider, and provides a range of shared services to the National Defense community. USAITA's customer base consists primarily of Department of Defense services and agencies inside of the National Capital Region (NCR). The USAITA, Storage Services Branch (ITA-SSB) has a requirement for Operations and Maintenance (O&M) services in the support of an existing Enterprise Storage System for the Defense Continuity Integrated Network/Pentagon Continuity Information System (DCIN/PCIS) which has multiple locations within Virginia, Maryland, Pennsylvania, and Washington DC. Those functional areas of interest include, but are not limited to the following: Administrative Services and Processes to include Asset Management, Configuration Management, and Integrated Logistics Support Operational Services and Processes to include Incident Management, Problem Management, testing, Call Center support, and maintenance support to include automated failover and failback processes All systems operations require personnel to have access to, at a minimum, Secret level information. The prime contractor will be required to maintain a Top Secret facility clearance. 3.Technical Scope of Requirement DCIN/PCIS represents a network-centric solution that provides data storage and disaster recovery capabilities to assist DOD Pentagon area tenants in satisfying certain Continuity of Operations (COOP) and Continuity of Business (COB) objectives for mission essential functions. The government anticipates around 65-80 Full Time Equivalents (FTE) contractor support personnel would be required to work on-site at multiple locations within the National Capital Region to support the requirement, with a phase-in/phase-out transition period overlapping the incumbent provider for a period of 60 days. Data Storage: DCIN/PCIS provides tiered enterprise data storage and infrastructure for Command and Control (C2) and Continuity of Business (COB) data requirements. Enterprise storage supports Sensitive but Unclassified (SBU), Secret (S), Top Secret (TS), and Top Secret/Secure Compartmented Information (TS/SCI) data. Current data storage capacity is approximately 6.2 petabytes of raw tier one and approximately 1.22 petabytes of raw tier two storage. The anticipated annual data storage capacity growth rate is 35% per year based historical usage experience with the current customer base. This data storage capacity is currently implemented with EMC and NetApp storage devices. The associated fibre channel storage network is routed fabric utilizing Brocade Fibre Switches with 4000 NIPR ports and 3000 SIPR ports. Data Replication: ITA-SSB provides the infrastructure to replicate data from primary locations to designated secondary target locations. The Enterprise Storage Area Network (ESAN) supports synchronous and asynchronous replication. Automated Failover: Failover software and services are provided by ITA-SSB to help tenants facilitate a solution to prepare for the recovery of mission essential functions from a disruptive event. The failover process would activate a standby system at one of the remote target locations. The enterprise failover software is currently implemented with EMC Autostart and Microsoft technologies. Enterprise Backup Services (EBS): EBS provides enterprise backup and recovery services to Pentagon tenants using a robust centrally managed system that provides flexibility for customers to manage their own backups while using the ITA-SSB disk-to-disk and disk-to-tape solutions with off-site replication. EBS supports SBU, Secret, Top Secret and near future TS/SCI backup services. EBS currently operates two backup systems, IBM Tivoli Storage Manager (TSM) and CommVault Simpana. The Tivoli system is implemented with IBM AIX Power-Series server environment, including multiple IBM software products, Virtual Tape Libraries and Linear Tape Library Subsystems, Storage Area Networks and TSM hierarchical storage management and off-site network replication. CommVault Simpana is implemented with Microsoft Windows Server environment and includes Virtual Tape Libraries and Linear Tape Library Subsystems, Storage Area Networks, and Network Attached Storage. EBS maintains approximately 10 petabytes of stored backup data with a 70% growth rate over a 5 year period. EBS operates a total count of approximately 4000 backup clients. Enterprise Systems Management Center (ESMC): The ESMC performs monitoring, management, and systems administration functions for the ITA-SSB service and its mission critical components on a 24x365 basis. The ESMC serves as the primary point of contact for all internal and external operational support issues. The ESMC consists of a formal watch team located in a classified, controlled, limited-access environment requiring personnel to possess a current TS clearance. The primary software tools currently employed by the ESMC include EMC ECC, EMC Smarts, BMC Remedy, Alterpoint, Paessler Router Traffic Grapher (PRTG), Failover Monitor, Virtual Instruments, and Brocade Network Advisor. An infrastructure support team provides O&M support for the ESMC infrastructure. Logistics Support: Logistics and administrative support is provided to maintain asset information related to the ongoing purchase, operation, maintenance, license, and support of program owned hardware and software. Customer Management: Each tenant customer is assigned a point of contact to interface with the program to discuss new requirements and any program related issues. Tenant customers are also provided periodic reviews to discuss program services and performance. 4.Information requested 1.Provide specific examples of your recent experience as it relates to the scope of ITA-SSB Operations and Maintenance. Indicate the types of contracts utilized and document your organization's ability to work in a DOD classified environment. Also address your approach to initial O&M transition, critical knowledge capture, and critical skill retention. Please provide specific contract numbers, contract value, whether your firm acted as the prime vendor or a subcontractor on the effort, periods of performance, number of contractor personnel engaged in the effort (including a breakout between contractor personnel employed directly by your firm and/or personnel subcontracted to your firm), as well as government points of contact. 2.Provide specific examples of recent experience with EMC Autostart and Microsoft enterprise failover technologies, as well as monitoring technologies such as EMC ECC, EMC Smarts, BMC Remedy, Alterpoint, PRTG, Failover Monitor, Virtual Instruments, IBM Tivoli Storage Manager (TSM) CommVault Simpana, and Brocade Network Advisor. Enterprise failover software is currently implemented with EMC Autostart and Microsoft technologies. Please provide specific contract numbers, contract value, whether your firm acted as the prime vendor or a subcontractor on the effort, periods of performance, number of contractor personnel engaged in the effort (including a breakout between contractor personnel employed directly by your firm and/or personnel subcontracted to your firm), as well as government points of contact. 3.Describe your organization's skills and capabilities in regards to the implementation and performance of enterprise process/quality frameworks such as ITIL, Six Sigma, CMMI, etc. 4.Describe your organization's efforts to reduce costs associated with similar efforts in the past and the quantitative results of those cost-reduction efforts. 5.What types of information would you require to provide a complete and accurate technical and cost response to a Request for Proposal for these services? 6.What performance metrics, technical and managerial, would you recommend to the Government over the term of a hypothetical contract to validate your successful performance of the O&M mission? 5.Submission Instructions and Formatting Requirements 1.Information responses should be from U.S. DoD contractors only and should not exceed ten pages not including cover page. Responses should be typed in 12-point Times New Roman font, single spaced, with 1-inch margins. 2.The following is a suggested submission organization: a.A cover sheet including the RFI number, company name, CAGE code, address, current Facility Security Clearance, small business status including any applicable socioeconomic category, and technical point of contact with email address and telephone number. b.Responses to the questions in Section 4 of this RFI, above. c.No cost or pricing information should be provided. Any cost or pricing information received will be deleted and destroyed. 3.Responses will be considered privileged commercial information and protected from disclosure under exemption (b)(4) of the Freedom of Information Act. Responses will not be shared outside the U.S. Government and U.S. Government support contractors. 4.Responses will not be returned. 5.No classified or FOUO information should be included in your response. 6.Please submit responses as a PDF attachment via email to: usarmy.pentagon.hqda-ita-ba.mbx.rfi-vendor-replies@mail.mil Please place the RFI number for this announcement, and only the RFI number in the subject line of your email. All relevant information is included in the PDF attachment, other information such as the body of the email message will be discarded and not reviewed. You will receive an automated confirmation that your message has been received. If there is a problem with the attachment submitted, you will be notified and provided an opportunity to re-send. 7.Responses should be received no later than 26 Mar 2013 at 2:00 PM Eastern Time. Any response received after this date may be considered but may not be included in subsequent refinement of the requirement and development of a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5261e36efff8f592ff013c5f96a7f9e9)
 
Place of Performance
Address: Virginia, Maryland, Pennsylvania, Washington DC Multiple Multiple DC
Zip Code: Multiple
 
Record
SN03007283-W 20130310/130308234145-5261e36efff8f592ff013c5f96a7f9e9 (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.