SCOPE OF REQUESTED DATACENTER HOSTING SERVICES



Request for Information (RFI) & Sources Sought NotificationDatacenter Hosting ServicesPhiladelphia Regional Data CenterDEPARTMENT OF VETERANS AFFAIRS (VA)Office of Information & Technology (OI&T)Field Operations, Northeast Region 4VA118-14-I-0419Date: 9 June 2014Introduction:The purpose of this Sources Sought Notice is to search for capable vendors that can provide the requirements to provide data center hosting services for OIT Northeast Region 4 Field Operations. The contract period of performance is one, 12-month base period, with four, 12-month option periods to be exercised at the Government’s discretion. The Government anticipates a Firm Fixed Price (FFP) Contract. The anticipated award date is on or around November 10, 2014. This is a request for information (RFI) only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The intent of this action to obtain market research information for 5,500 square feet of data center space and support services in a commercial hosting facility that meets the Government’s requirements. Capability Statements shall list proposed monthly leasing costs per square foot, separately by space, with the recurring costs for electrical circuits listed separately from the space and service costs. VA requirements change over time and entail the addition, conversion and deactivation of electrical circuits. Therefore, vendor’s capability statements should include a pricing table that lists costs for each of the different types of electrical circuits detailed below, including installation, conversion, deactivation of circuits and the recurring monthly charges for each. VA is seeking information on datacenters that can meet this potential requirement within 100 miles of an existing Government-owned datacenter in Brooklyn, New York. Services and any potential datacenter space would need to be available for occupancy beginning in approximately January 2015, for a minimum of five years from date of award. The anticipated award date is on or around November 10, 2014. The gap in time from November 2014 to January 2015 is to accommodate time needed for transitioning from the current data hosting facility.QuestionsIn support of this effort, VA is conducting market research to help further refine requirements and establish the best acquisition approach. Please note that requirements defined to date may change before a RFP is released. Please address the following questions:Respondents are requested to provide the following information:Name of Company:DUNS Number:Address:Point of Contact:Phone Number:Fax Numbers:Email Address:Building owner/Schedule holderBuilding address (location)Please indicate any and all scheduled contracts your company may have (i.e. General Services Administration (GSA) Schedules, Government Wide Acquisition Contracts (GWAC), etc.) with specific regard to this RFI and the requirements hereunder? Do you anticipate that the services would be provided via environment-only space rental, cloud hosting services, or some combination?Describe any issues which might be encountered in aligning or integrating existing legacy systems with possible private cloud architecture.Describe issues which might be encountered with the continued coexistence of legacy and modernized solutions in transition.What factors should the Government consider when determining which applications to migrate into a public, private, or hybrid cloud model?Have you encountered any risk with a cloud delivery approach?The Government has a large investment in technology infrastructure (IT hardware). What are standard approaches for incorporating existing customer assets into a proposed solution to help reduce the overall cost to the Government?Please provide a rough order of magnitude (ROM) pricing for similar services by whatever metrics the respondent typically uses (square footage, kilowatt service, terabytes storage capacity, gigabytes of RAM capacity, et cetera).Costs/details/information on any alternative pricing models that may be in the best interest of the Government to consider.Provide the total number of available datacenter square feet that would be proposed to fulfill the Government’s technical requirements, if applicable.Provide details on any additional vendor services offered included in the cost information provided that the Government should take into consideration.Please provide a copy of any terms and conditions that your company has executed for these types of services.Please provide a copy of any Service Level Agreements (SLAs) that your company utilizes for these types of services.Based on a review of the breadth and scope of requested services, what additional information would be needed to better scope and price the requested services in a potential future procurement?Any questions or suggestions for the purpose of clarifying the technical aspects of the potential requirement.Does your company currently have the certification and accreditation (authorization) (C&A) of in accordance with VA Handbook 6500.3, Certification and Accreditation in accordance with Section B.5 INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE in the draft PWS?____ YES ____ NOSCOPE OF REQUESTED DATACENTER HOSTING SERVICESThe vendor shall provide datacenter hosting services to support VA information technology systems and applications. The existing hosting environment is approximately 5,500 square feet and draws approximately 600kW. Datacenter hosting services shall include provision of secured computer room physical and/or logical space, provision of telecommunications data circuits, and provision of managed power and environmental services and conditions within the provided hosting space. Datacenter hosting services may be proposed to satisfy the requirement through a variety of approaches such as environment-only space rental, complete infrastructure as a service (IaaS) (including some or all IT equipment), complete cloud hosting provisioning, and combinations of these.The vendor shall provide migration and transition services to relocate IT equipment and/or systems/applications from the current hosting environment to the vendor’s facility/facilities. IT equipment and the systems/applications are currently installed and supporting critical operations at the incumbent’s datacenter facilities. Migration and transition shall include planning, review, approval, and execution of physical and logical moves of the systems/applications from the existing locations to the vendor’s datacenter hosting space with operational downtime not to exceed standards established herein. Any necessary migration and transition shall be accomplished within 18 months from date of contract award.High-level requirements for the vendor datacenter facility/facilities include:Provides sufficient floor space to accommodate the hosted VA system(s) including planned expansion for the duration of the service contract/agreement.Any raised floor is constructed of material that is either not zinc coated or is otherwise protected from the development of zinc whiskers. IT systems are fed by redundant power distribution units (PDUs) using 3-phase distribution to the IT equipment rack. Facility is equipped with multiple parallel-redundant auto-switching dual-conversion (AC-DC-AC) uninterruptible power supplies (UPSs) that provide sufficient power to hosted IT equipment to allow a backup generator to come online. Backup generator is capable of providing continuous emergency power for at least 48 hours. Facility is in compliance with relevant building and fire codes.Facility is equipped with lightning protection.Facility is protected by a zone-based fire protection system.Facility is equipped with redundant environmental control systems capable of managing temperature and humidity of the datacenter space(s).Datacenter area is free of combustible materials.Facility is physically secure and equipped with an access control system (ACS). Facility requires the use of key cards or other electronic tokens to enter controlled areas.Vendor services shall include provision of appropriate connectivity (wide area network circuits) as designated for installed IT equipment, systems, and applications. This shall include contracting for, installation of, troubleshooting, and service of all circuits ordered. The hosting space shall be designed and capable of continuous operation at a minimum 100 Watts per square foot (W/sf) in all datacenter spaces, measured by datacenter gross square footage. The hosting space physical infrastructure (cooling, heat transport, and heat rejection systems) shall be redundant and concurrently maintainable.The hosting space shall be monitored to ensure compliance with the requirements of Environmental Class A1 per ASHRAE TC9.9, requiring “tightly controlled environmental parameters (dew point, temperature, and relative humidity)” to support mission-critical operations. The dry bulb temperature in the hosting space(s) shall be maintained between 18 and 27 degrees C, with a humidity range between a dewpoint of 5.5 degrees C and (the psychrometric combination of) 60% relative humidity and 15 degrees C. The hosting space shall have the following electrical supply and distribution characteristics:All datacenter electrical systems will be minimum 2N redundant to provide high availability to supported IT equipment. There will be a minimum of one medium-voltage commercial electrical feed to the datacenter facility. The facility will have a minimum 2N redundant emergency power generation system (generators or similar) to provide a secondary input feed. The emergency power generation system shall automatically start and transfer loads.The facility will have appropriate transient voltage suppression system (TVSS) or surge protection device (SPD) equipment downstream of the medium-voltage switchgear. The datacenter will be supported by a minimum of two parallel redundant UPS systems arranged into two separate technical power busses. All technical power to VA IT equipment will be distributed on the datacenter floor via two (2) independent busses employing independent power distribution units (PDUs).Power will be metered by phase at all IT equipment locations. The hosting environment shall provide VA end users not less than 99.9% IT equipment availability.Submittal Information All responsible sources may submit a Capabilities Statement which shall be considered by the agency. The Government requests that interested parties submit a response, no more than 10 pages, for your company, your teammates and/or subcontractors. Additionally, please indicate if you, your teammates and/or subcontractors are a Service Disabled Veteran Owned Small Business, Small Business, or a Veteran Owned Small Business. Please note VA118-14-I-0419 in the subject line of your response. Structure of ResponsesResponses are requested no later than 3:00 p.m. EST on July 3, 2014, via email to den-el.opuszynski@ , and iris.farrell@. All responsible sources may submit a response which shall be considered by the agency. Point of ContactsDen-el Opuszynski, Contract Specialist, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 440-9682, Email den-el.opuszynski@ and Iris Farrell, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 440-9661, Email iris.farrell@. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download