Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

C -- Data center Facilities Monitoring Site Survey CRRC, AITC, HITC, PITC, RDC Brooklyn NY, RDC Little Rock AR, RDC Orlando FL, RDC Temple TX (VA-20-00059116)

Notice Date
7/7/2020 11:12:09 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B20Q0417
 
Response Due
7/14/2020 9:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Susan Meng, susan.meng@va.gov, Phone: 732-795-1104
 
E-Mail Address
susan.meng@va.gov
(susan.meng@va.gov)
 
Awardee
null
 
Description
Amendment was to extend the response date to 7/14/2020. Amendment to add exhibit A Request for Information Site Survey To Implement a Data Center Facilities Monitoring Tool June 30, 2020 Introduction: This is a Request for Information (RFI) only issued for the purpose of conducting market research. Accordingly, this RFI constitutes neither a Request for Proposal nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a Proposal. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or, reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement. Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. This is an RFI and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Infrastructure Operations (IO), National Data Center Operations & Logistics (NDCOL), Data Center Operations (DCO), Connectivity strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans health care in an effective, timely and compassionate manner.  VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. DCO is one of four pillars of IO with responsibility for business operations, facilities management, telecommunications, and physical security. DCO provides 24x7 Facilities cooling and power monitoring to its customers. DCO has a requirement for a Site Survey to be conducted to obtain facility device information in order to implement a Data Center Facilities Systems Monitoring Tool. The Data Center Facilities Monitoring Tool provides a single pane view across all sites to monitor the operational health status of facilities equipment and provides real-time monitoring and alert capability for electrical, HVAC and environmental conditions in and around data center computer room operations. The Site Survey shall be conducted at the Capital Regional Readiness Center (CRRC) located in Martinsburg, West Virginia. The goal of the Site Survey is to gather accurate site-specific data for the Data Center Facilities Systems Monitoring Tool to be seamlessly implemented in CRRC with the additional capability to obtain readings directly from the existing StruxureWare Data Center Expert (DCE) solution implemented at this site. The existing Nlyte Energy Monitoring Optimizer (NEO) monitoring tool has been implemented to date in the Austin Information Technology Center (AITC), Philadelphia Information Technology Center (PITC) and Hines Information Technology Center (HITC) and will be implemented in the CRRC site and Regional Data Centers as part of the planned expansion. The Contractor for this effort will: Perform a detailed site survey capturing all mechanical, electrical, cooling and life safety and produce a report that includes all information required to install the NEO data center facilities monitoring tool. The VA estimates the CRRC device count range between 200 and 250 with a total required monitoring points between 4,000 and 5,000. Verify all devices capable of being monitored and shall identify the recommended monitoring points per device. Deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline and tools to be used in execution of the contract.  The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support.  The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests. Provide the COR with Weekly Progress Reports in electronic form in Microsoft Word and Project formats.  The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding week. Conduct a site survey, verify and add to the device list and update the floor plans to provide a complete picture of facility devices including physical location supporting mechanical, electrical, cooling and life safety devices. Site survey Report, to include include platform requirements, site specific requirements, floor, cabinet (rack) and device specific information in a tabulated excel format to allow for easy manipulation of the data. Site Drawings, connection diagrams, and detailed diagrams. Site Floor Plans Optional Tasks - All the requirements above at several different locations. Responses: Please submit the below requested information by 12:00PM EST on July 8, 2020 via email to Contract Specialist, Susan Meng at susan.meng@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Susan Meng at susan.meng@va.gov, 732-440-9676 or Heather Paragano at Heather.Paragano@va.gov, 732-440-9719. VA appreciates your time and anticipated response. As part of your RFI response, please provide a Rough Order of Magnitude estimate for a base period of 60 months to include the site survey at the CRRC and the optional tasks. Please also provide responses to the following: General Include the following identification information Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541519, Other Computer Related Services, which has a size standard of $30M. Are you a small or large business under NAICS 541519 ($30M)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. Identify existing contract vehicles (GSA, T4NG, SEWP, etc.) in which you are a contract holder that can be utilized to procure these services. If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the testing services to be performed under this effort. ______ YES _______ NO (if No, answer question 7) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Would you be able to do the site survey at more than one site at a time? Capability Statement Please submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 30 pages and address the questions below. Do you have experience with conducting site surveys? If so, please include specific example describing the time your organization has completed a site survey and what it entailed within the last three years. Does your organization have the capacity to conduct more than one site survey at a time? If so, please how many would you be able to do simultaneously? Has your organization conducted a site survey of similar size and complexity to that of the VA (or outside the VA)? If so, please include specific narrative describing the time your organization has demonstrated this capability, place of performance and contact information. Site Survey To Implement a Data Center Facilities Monitoring Tool Questions to Industry relating to PWS Is there sufficient information in the PWS to allow you to price all sites listed in the PWS for the base and optional CLINs? Is there sufficient information in the PWS to allow you to perform site surveys at more than one site at the same time? Are there any sections of the PWS that you would be unable to perform and if so, what are they and can you provide reason(s) as to why? Is the PWS clear that the requirement is for the Contractor to travel to the site for the purposes of collecting site and device data, analyzing that data and providing comprehensive report and documentation per the PWS to the VA for the purposes of implementing an EXISTING facilities monitoring tool? Is the PWS clear enough that you understand the data center facilities monitoring tool and implementation of the tool is NOT part of of this requirement? Do you see any limitations in information obtained during the site survey that will not allow us to move forward with an implementation of the existing facilities monitoring tool?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67a28c0f8b2c4ddb89739dfecb47086b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05713953-F 20200709/200707230155 (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 |
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.