SOURCES SOUGHT
99 -- VDI Hyper-Converged Solution
- Notice Date
- 12/31/2019 11:36:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648 USA
- ZIP Code
- 83648
- Solicitation Number
- FA489720Q0017
- Response Due
- 1/30/2020 3:00:00 PM
- Archive Date
- 02/14/2020
- Point of Contact
- John Neal, Phone: 2088283117, Monica Bardsley, Phone: 2088283109
- E-Mail Address
-
john.neal.12@us.af.mil, monica.bardsley@us.af.mil
(john.neal.12@us.af.mil, monica.bardsley@us.af.mil)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA489720Q0017 and shall be used to reference any written responses to this source sought. Mountain Home Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 541513 (Computer Facilities Management Services).� The size standard for NAICS is $30 million. ��� The 366th Financial Acquisition Squadron (366 FAS) is seeking to standardize Air Force Network Secure (AFNET-S) on a common hyper-converged Virtual Desktop Infrastructure (VDI) architecture by utilizing a zero client solution.� The requirement is further described in the attached draft Statement of Objectives (SOO), dated 30 December 2019. � Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, any related specifications/drawings, a rough order of magnitude (ROM) of cost, identify any significant cost drivers, and the ROM for the most significant cost drivers. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this Request for Information. All costs associated with responding to this Request for Information will be solely at the responding party�s expense. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address:� john.neal.12@us.af.mil.� Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 30 January 2020 4:00 PM Mountain Time. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through https://beta.sam.gov/.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.� STATEMENT OF OBJECTIVES (SOO) VDI Hyper-Converged Solution 30 December 2019 Program Objectives 366th Communication Squadron (366 CS) is seeking to standardize Air Force Network Secure (AFNET-S) on a common hyper-converged Virtual Desktop Infrastructure (VDI) architecture.� Standardization on Hyper-Converged Infrastructure (HCI) simplifies management capabilities through a reduction of hardware and software touch points for cyber personnel.� By leveraging a VDI solution with zero clients, 366 CS will be able to increase security, reduce data at rest, and better utilize personnel. Ideally, 366 CS desires a single vendor solution from the zero client to bare metal infrastructure to simplify support, maintenance, and payment.� Additionally, it is the objective of 366 CS to acquire this service on premise Desktop-as-a-Service (DaaS) without the need for outside Wide Area Network (WAN) connectivity due to bandwidth limitations. Since this is a service provided to 366 CS, 366 CS does not intend to own any of the equipment or resources.� 366 CS prefers the vendor to provide all equipment with managed life cycle replacement and incorporated services on an annual basis for up to 5 years.� Upon termination of the service, 366 CS personnel will zero all drives IAW with DoD Regulation for return to the vendor.� The vendor must then provide certified destruction of all storage devices.� The objective is to roll out a complete desktop-as-a-service solution for Mountain Home AFB that can initially support up to 200 users and is capable of expansion up to 500 users. The secondary objective is to allow 366 CS �pay as you grow� flexibility for each site to optimize cost efficiency. Tertiary objective is allow scalability and transition to a Cross Domain Access solution. It is the expectation of 366 CS to grow DaaS over the course of five years.� All responses should address how DaaS HCI VDI services are delivered from initial contract award to re-compete.� This will require vendors to address cluster growth and asset retirement options. � Management objectives 1.0.� Security Requirements 1.1.� The contractor or service provider shall provide and deliver all products listed and ensure compliance with the associated standards and/or specifications as defined below: 1.2.� Vendors or resellers will provide only TAA compliant equipment, as defined by Federal Acquisition Rules 52.225-5, except where specifically annotated Non-TAA accepted 1.3.� Any reseller must provide proof of good standing with Original Equipment Manufacturer or distributor that they propose as part of the solution 1.4.� All products must be new due to sensitivity and security requirements and will be overwritten with trusted operated systems upon arrival 1.5.� No infrastructure hard-drives will be returned due to sensitivity of data 2.0.� Technical Support 2.1.� For Maintenance and Technical support, the contractor shall provide 24x7 phone support with next-business-day parts delivery. 2.2.� Upon notification, the contractor shall provide technical assistance via telephone within 30 minutes after notification for Severity level 1, 2 hours for Severity level 2, 3 local business hours for severity level 3, and 8 local business hours for severity level 4. If technical assistance fails to restore the covered equipment to operational capability, the site shall initiate an on-site maintenance request. 2.3.� All maintenance and technical support will be through a single vendor, who will be responsible for all components from desktop to software to bare metal. 2.4.� A dedicated Technical Account Manager (TAM) will be assigned for support issues. The TAM will be responsible for handling escalations, tracking issues long term, and seeing issues through to completion. 2.5.� Software updates will be provided as part of the ongoing maintenance agreement. 2.6.� A full-time, On-Site Engineer dedicated to overseeing the entire solution across the enterprise must be provided (see Sustainment below). 3.0. Sustainment 3.1.� An on-site engineer (OSE) with Top Secret clearance will provide sustainment services to environment to include as defined in the PWS. Services outside the scope of the on-site engineer�s capabilities will be provided under the single vendor requirement. Any additional contractor personnel required for sustainment activities must meet the security and other personnel requirements as described herein.� 4.0.� Installation and Implementation 4.1.� On-site installation services are required.� The contractor shall have service personnel, trained and experienced in implementing VDI services to install all VDI equipment. The contractor is ultimately responsible for discrepancy resolution during any implementation activities, i.e., contractor shall ensure internal coordination and correction of discrepancies. 4.2.� Single-vendor installation for the entire solution is required to expedite resource coordination and limit number of personnel permitted access to sensitive systems. 4.3.� Knowledge transfer and documentation upon installation completion will be transferred to OSE. 4.4.� All personnel must have the required level of security clearance needed to successfully complete all tasks. 4.5.� All hardware shall be shipped to the designated location within 30 days of contract award.� Failure to comply may lead to overall contract cancellation. Installation services are required to begin within 30 days of last hardware arrival. Initial solution to be operational within 120 days of installation services start. Technical objectives 5.0.� Standards 5.1.� Contractor and other service providers will ensure that all commercially-available-off-the-shelf (COTS) solution components comply with Federal Acquisition Rules, the Trade Act Agreement (TAA), and AFI 33-200 5.2.� Any cross-domain equipment must be certified by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme. 5.3.� Where noted, equipment must comply with National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS). 5.4.� All applicable products meet the criteria in DoD IPv6 Standard Profiles for IPv6 Capable Products version 5.0 July 2010 and are EnergyStar� compliant per DoDI 4170.11, Executive Order 13221, Energy Star and FAR Part 52.223-153.� Refer to http://www.energystar.gov/products and the Department of Energy�s Federal Energy Management Program (FEMP) at www.femp.energy.gov/technologies/eep_purchasingspecs.html 5.5.� All network infrastructure components must be listed on the Department of Defense Information Network Approved Products List (DODIN APL).� 6.0. �Zero Clients 6.1.� Zero client endpoints are required to ensure there is no useful data-at-rest without the necessity to remove and secure hard drives. 6.2.� Client must be capable of both PCoIP hardware off-load and Blast Extreme protocols from a single zero-client interface 6.3.� Must support Dual 1920x1080 Monitors 6.4.� Interchangeable SFP interface support for 100mb LC, 1Gb Fiber LC, 10/100/1000 RJ45 connectivity at various locations, non-TAA parts accepted 6.5.� Devices must grab configuration during DHCP initialization to minimize device configuration time and ensure no rouge units can connect to the network 6.6.� Must support 802.1x using TLS+PEAP enrollment 6.7.� Must be manageable from a central management server. 6.8.� In the event of a catastrophic failure, clients will be scoped with advanced exchange return to depot 6.9.� Must support G&D FIPS 201 SCE 3.2 and SafeNet 650C SmartCards 7.0.� Zero Client Management Solution 7.1.� Must be capable of supporting and monitoring zero clients. 7.2.� Must be capable of pushing required software updates to include both STIG and firmware updates ideally in a simplified �one-click solution.� 7.3.� Must be capable of assigning configuration changes. 7.4.� Must allow for tiered site management and grouping. 7.5.� Must support FIPS 201 (SmartCard authentication or derived user credentials). �Hyper-Converged Infrastructure 8.1.� Must support 200 Users and all VDI management overhead. 8.2.� Must offer deduplication, compression, and a method for VM Replication that reduces physical storage requirements. 8.3.� 150 Standard Desktop Configuration 5.X users, assumed VM will be 2 vCPU, 4GB RAM, cloned disk (10GB per VM). 8.4.� 50 power workers with virtual graphics adapters with 1GB (1024Mb) frame buffering, 6 vCPU, 8GB RAM, cloned disk. 8.5.� Must be N+1 solution, (i.e. have full capability with 1 failed node; single node redundancy). 8.6.� Tolerate 1 disk fault per host. 8.7.� Bare metal must be manageable through the hypervisor management solution (e.g. vCenter Integrated). 8.8.� Array management must be incorporated into host OS kernel. 8.9.� Single licensing cost for entitlement for entire VDI HCI. 8.10.� Hypervisor must be loaded to internal redundant flash media to maximize storage capacity for HCI array. 8.11. �All flash array to ensure I/O capacity and minimal impact after recompose. 9.0.� Datacenter Network Switch The datacenter network must comply the following minimum specification: DoD Unified Approved Product List listed 48 Ports of 10GB Non-oversubscribed line rate SFP+ ports 2 40GB QSFP ports Redundant power supplies Air flow for forced air cooled racks (i.e. Power Supply to Port) Independent redundancy and high availability (i.e. not master / slave stacked configuration) Virtual Line Trunking support 802.1x support Out of band management dedicated port Layer 3 Enablement Capable of running Big Switch Network open source OS in the future 10.0.� User Environment Measurement and Management Must be able to assess the resource utilization of both physical and virtual desktops to quantify and compare before and after VDI migration user experience.� Minimum measurements include: CPU, RAM, Disk IO GPU User data Login process details Must manage user data between operating systems Must be able to control application rights from management console Must be compatible with both virtual and physical desktop user environment Must be context-aware user location, organizational group, user type, etc User environment must have consolidated context aware customizable reporting Must be authorized on Air Force SIPR-Net 11.0.� Physical Assessment 11.1.� In-brief personnel on key performance metrics to be captured, period of time assessment will run, and objective of assessment. 11.2.� Using the software described above under (User Environment Measurement and Management) the contractor shall: 11.2.1.� Assess the current physical desktop environment of the 200 users targeted to move to the �virtual desktop environment. 11.2.2.� The environmental assessment will include installation of the assessment tools to examine resource utilization, configuration, and deployment of desktop resources as well as �supporting infrastructure. 11.2.3.� Train personnel on how to setup and deploy the agent to physical machines through SCCM. 11.2.4.� Train personnel on how to access the monitoring tool to ensure proper reporting and function. 11.2.5.� Assure the agents have deployed and communicate to the collection database. 11.2.6.� Upon successful completion of the measurement period (minimum 30 days, maximum 90 days) the contractor will return to run the reports and out brief personnel on findings. 11.2.7. �Based on the data derived from the assessment, contractor will advise 366 CS personnel on whether the proposed resources are under, over, or optimally provisioned and�make recommendations to change if necessary.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/22deb279561a44979e4291c332189a53/view)
- Place of Performance
- Address: Mountain Home AFB, ID 83648, USA
- Zip Code: 83648
- Country: USA
- Zip Code: 83648
- Record
- SN05525503-F 20200102/191231230132 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |