Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
DOCUMENT

70 -- Integrated virtualization software solution - Attachment

Notice Date
12/12/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q2668
 
Response Due
1/4/2018
 
Archive Date
2/3/2018
 
Point of Contact
Raymond Mesler
 
E-Mail Address
5-1111<br
 
Small Business Set-Aside
N/A
 
Description
Page 4 of 4 Request for Information (RFI) VMware Enterprise License Agreement This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. VA is issuing this RFI to seek comprehensive integrated virtualization software solutions in today s marketplace that can meet the requirements identified below in support of a workforce of more than 600,000 users (including employees, volunteers and contactors) and millions of Veterans and family members who utilize VA information technology (IT) solutions for medical care and benefits processing. VA currently utilizes VMware as a comprehensive virtualization software solution, which hosts all major Operating Systems, and provides additional capabilities to host and virtualize both data storage and networking environments. This solution provides seamless interoperability between existing legacy systems and new systems running on VA Infrastructure. VA has an extensive physical, technological, and experiential investment in the current VMware product suite. The VA implementation of VMware technologies require support for a true multi-tenant, network segregated solution. The VA requires support function siloing to include, but not limited to, virtual machine provisioning, virtualization infrastructure support, virtual machine manager, network provisioning, security monitoring, and storage provisioning. The VA also requires an aggregate view of infrastructure across multiple organizations to include availability, performance and configuration monitoring and management. Approximately 3,400 existing VMware hosts do not use traditional local disks and instead leverage stateless or boot from flash (SD Card/USB) technology. A minority of hosts support boot from SAN technologies, leveraging FC(oe) or iSCSI. The VA also leverages a large investment in Hyperconverged compute and storage using virtual SAN (vSAN) and software defined networking using NSX in a FISMA moderate and High configuration. These technologies are deployed across geographic organizations supporting sensitive patient information and patient interfacing applications. VA has one of the largest vRealize Operations deployments globally, with nearly 6,000 ESXi hosts and 30,000 virtual machines. VA utilizes vRealize Operations for critical operationally notifications, consolidated dashboards, vSphere specific alerting and ancillary component troubleshooting. All VA standardized infrastructure is managed within a single console/management pane of glass without the use of multiple management clusters or increased resource overhead. All infrastructure complies with applicable FISMA requirements to include two-factor authentication, auditing and infrastructure security controls. The VA also utilizes Airwatch for Enterprise Mobility Management. The VA s implementation of AirWatch acurrently operates 42,000 mobile devices actively. These devices leverage AirWatch suite of tools for Mobile Device Management, Mobile Application Management, Mobile Email Management with Office 365, and specifically their Derived Credentials Solution for mobile certificate management for end users. VA instance of AirWatch is on-premise to help with integration and security requirements, and the licenses should reflect the same. VA is not seeking to replace this VMware investment, but to assess current marketplace offerings for an alternative to augment and expand on the comprehensive and seamless integrated environment provided by the VMware applications. A replacement vendor must be able to support these technologies without investment in additional server components or storage protocols. VA is looking for manufacturers that can provide a seamless integrated virtualization software solution equal to or greater than the capabilities provided by the current VMware applications, to include support for an environment the same size and scope that is currently operating within VA. Manufacturers are requested to provide a description of their product set, its technical capabilities, and provide specific verifiable examples of an environment currently operating their applications in an implementation of the same size and scope of VA. VA desires to determine if the proposed implementations are of the same size and scope as VA while providing the same level of seamless integration, and comprehensive technical capabilities as that currently operating and available to VA from the VMware suite of applications. At present, VA intends to continue to maintain, operate, augment, update, upgrade and expand as needed, the current virtualization solution to support our mission. This RFI will help determine whether this must be accomplished through VMware offerings, or whether other products exist in the marketplace to augment VA s current VMware environment. VA operates approximately 400,000 workstations and 45,000 servers which are virtualized into approximately 6,000 hosts with a total 14,000 CPU sockets providing a broad range of IT capabilities to users across the agency. VA holds perpetual licenses for a significant number of the VMware suite of products that operate on these systems. Any future solution must provide Information Assurance (IA) and data security that meets National Institute of Standards and Technology (NIST), Federal Information Processing Standards (FIPS) 140-2 requirements and be fully compliant with Section 508 of the Americans with Disabilities Act. It must also provide technical capabilities equal to or greater than those provided by the current VMware suite of products for server, network, and storage virtualization, to include all management and administrative capabilities. For any new Virtualized system deployments, VA requires a seamless, integrated enterprise environment that is 100% interoperable with all existing VA VMware installations. VA requires the ability to acquire additional software licenses that are equal to or greater than the following: Options for Procuring New Licenses vSphere Standard (single-socket options), w/ vRealize Operations Advanced (single-sockets included with CLIN) vSphere Enterprise Plus (single-socket options) NSX Advanced and NSX Enterprise (single-socket options) vSAN Advanced and Enterprise (single-socket options) vCenter Site Recovery Manager (25 VM packs) vRealize Suite Advanced (per Socket or PLU) Workspace One (Advanced and Enterprise) AirWatch EMM Yellow Suite (On Premise and Cloud) Options for Upgrading Currently Owned Licenses vSphere Standard to vSphere Enterprise Plus (per socket upgrade cost) Horizon View Standard to Workspace One Enterprise (per device or per user) VMware virtualization and software defined datacenter products are currently utilized to host many critical systems throughout VA enterprise, such as claims processing, clinician collaboration, provisioning of patient care, Veteran medical records data entry, secure transmission of patient data, and real-time access to patient data by both clinicians and patients. The proposed solution must have no negative impact on the performance or availability of any existing VA applications utilizing the VMware virtualization suite of products. VMware products host approximately 97% of all VA virtual applications and all mobile devices. Your response shall include a detailed answer to the following questions: What brand(s) solution do you assert will meet VA s needs described herein? Is there a current implementation of a comprehensive, seamlessly integrated virtualization software solution that provides at least the same capabilities as described above? For solutions that meet the above criteria, provide the following: A brief description of the overall technical solution and a brief description of the environment and infrastructure in which this solution currently operates. Describe how an alternate brand solution will seamlessly integrate with VA s current VMware infrastructure. Identify the organization currently operating the entire solution in a single, seamlessly integrated manner. Identify all specific products used in the solution and the functions they perform. Briefly describe how the integration between any modules is performed and how that integration is managed when new versions of individual products are introduced. Discuss potential risk mitigation and management strategies used to eliminate operational and technical risks associated with integration of your products used in a an overall complex enterprise environment that is composed of multiple vendors, especially related to those risks introduced when individual products are upgraded. Provide an estimate of the approximate cost expended by the organization currently operating this solution to implement that solution and the estimated annual cost to maintain that solution. Identify areas where VA will likely realize a cost savings by utilizing your solution. Provide an estimate on the approximate time, level of effort, and cost to migrate from the existing EMM solution to the new proposed solution. Identify the hands on time VA also currently operates 42,000 mobile devices which needed by end users as well as engineering back end to stand up a new solution integrated with the VA s network and associated internal integration points, perform themigration understanding that enrollments need to be controlled by administrators and not by end users to ensure that all devices are migrated from one EMM to another. For products listed in attachment A, identify your product/module that is a direct replacement for or fully capable with the VMware suite of products, and can b`e integrated seamlessly with minimal effort and at no risk to current operations within VA. Please also submit the following non-technical information: General Company Information: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Technical and Contracts Points of contact information Are you a small business under an applicable NAICS? Specify NAICS. If a small business, what type of small business are you (e.g. SDVOSB, SDB, etc.)? Status as a reseller of maintenance and software for all the software titles identified in the attached list. Submit responses and related information via email to Raymond Mesler, Contract Specialist, at Raymond.Mesler@va.gov, no later than close of business January 4, 2018. Please limit responses to no more than 10 pages. All proprietary/company confidential material shall be clearly marked on every page that contains such. VA reserves the right to respond to none, all, or select responses. All VA requirements identified herein are subject to change at any time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc0c272b100252cbe8d50b952bbc31a1)
 
Document(s)
Attachment
 
File Name: 36C10B18Q2668 36C10B18Q2668.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3959978&FileName=36C10B18Q2668-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3959978&FileName=36C10B18Q2668-000.docx

 
File Name: 36C10B18Q2668 Attachment A - VMware ELA 2018 v0.02.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3959979&FileName=36C10B18Q2668-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3959979&FileName=36C10B18Q2668-001.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04764581-W 20171214/171212231301-fc0c272b100252cbe8d50b952bbc31a1 (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.