VBA RFI Working Doc .gov



TAC-14-12540REQUEST FOR INFORMATIONDepartment of Veterans AffairsOffice of Information & TechnologyEnterprise OperationsHealth Eligibility Center Application (HEC)Description1.1 The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Enterprise Operations (EO) is seeking information on how an interested contractor could perform a technology refresh replacement of the HEC Application residing on IBM 2817-z196 Processor (Model M15), IBM 2098- z10 Processor (Model E10) hardware appliances at Austin Information Technology Center (AITC) environments in order to order to migrate to a VA standard operating system (Windows or Linux).1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Department of Veterans Affairs is not at this time seeking proposals and will not accept unsolicited proposals. Respondees 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 party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.BackgroundThe mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Enterprise Operations (EO), is to provide One VA world-class service to Veterans of the United States by delivering results-oriented, secure, highly available and cost effective information technology services. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. EO is a full-service IT provider, offering a wide variety of products and services to its VA and other federal agency customers. As the corporate IT center for VA’s nationwide systems, EO supports mission-critical functions through approximately 200 complex applications and over 2,000 physical and virtual servers.2.1 Delivery Period: 24 months after contract award.2.2 Security Requirements: VAAR Clause 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim – Oct 2008) is applicable to this RFI.The Contractor-provided services may require connection of one or more Contractor owned IT devices to a VA internal trusted network. If applicable, the Contractor shall implement IT security requirements in accordance with the Memorandum of Understanding or Interconnection Security Agreement documents (MOU-ISA).Requested InformationResponse to each deliverable addressed in the attached Statement of Work.Discovery Timea) Provide estimated time line for understanding requirementsCOST ESTIMATEa)Provide a realistic estimate of projected costsb)Resource Planningc)Cost Estimatingd)Cost Budgetinge)Cost ControlRISK ESTIMATEa)Provide Risk Identificationb)Risk Quantificationc)Risk Response Developmentd)Risk Response ControlSCHEDULE ESTIMATEa)Provide project timeline from contract award to finishb)Provide projected Activity Duration4.0 Responses4.1 Interested parties are requested to respond to this RFI with a white paper.4.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than February 21, 2014, 5:00PM EST. Responses shall be limited to 50 pages for Section 2 and submitted via e-mail only to Mark.Boland@. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.4.3.2. Recommended contracting strategy.4.3.3. 1) A statement that the respondee will not allow the Government to release its proprietary data to the Government support contractors. In the absence of the foregoing, the Government will assume that the respondee does NOT agree to the release of its submission to Government support contractors. 4.3.4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than ____[fill-in]____ million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years, means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at The facility security clearance of the offeror.The number of pages in Section 1 of the white paper shall not be included in the 50-page limitation, i.e., the 50-page limitation applies only to Section 2 of the white paper.4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 50 pages.5.0 Industry DiscussionsDEPARTMENT OF Veterans Affairs, Office of Information & Technology, Enterprise Operations representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.6.0 QuestionsQuestions regarding this announcement shall be submitted in writing via e-mail to Mark Mezger, Contract Specialist, mark.mezger@. Verbal questions will NOT be accepted. Questions will be answered by posting the responses to the FedBizOpps website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after February 21, 2014, 5:00PM EST will be answered. To access the VA Financial Services Center (FSC) eCommerce Central website, go to . 7.0 SummaryTHIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Veterans Benefits Administration Corporate Technology Refresh. The information provided in the RFI is subject to change and is not binding on the Government. The Department of Veterans Affairs has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. REQUEST FOR INFORMATION (RFI)DEPARTMENT OF Veterans AffairsOffice of Information & TechnologyEnterprise OperationsHeath Eligibility Center Application (HEC)Date: DATE \@ "d MMMM yyyy" 23 January 2014 Contents TOC \o "1-3" \h \z \u REQUEST FOR INFORMATION PAGEREF _Toc377116312 \h 11.0BACKGROUND PAGEREF _Toc377116313 \h 11.1FUNCTIONAL DESCRIPTION PAGEREF _Toc377116314 \h 21.2OPERATIONAL COMPONENTS PAGEREF _Toc377116315 \h 21.3Hardware Environment PAGEREF _Toc377116316 \h 21.4HARDWARE CONFIGURATION PAGEREF _Toc377116317 \h 41.5Software Environment PAGEREF _Toc377116318 \h 41.5.1Software Applications PAGEREF _Toc377116319 \h 41.5.2Commercial Off The Shelf (COTS) Software PAGEREF _Toc377116320 \h 41.5.3Developed Applications PAGEREF _Toc377116321 \h 41.6Performance PAGEREF _Toc377116322 \h 41.6.1 SERVICE LEVEL AGREEMENTS PAGEREF _Toc377116323 \h 41.6.1SERVICE RESPONSE & MAINTENANCE WINDOWS PAGEREF _Toc377116324 \h 51.6.2BACKUP AND RECOVERY PAGEREF _Toc377116325 \h 51.6.3MONITORING REQUIREMENTS PAGEREF _Toc377116326 \h 61.6.4RESOURCE REQUIREMENTS AND TRENDS PAGEREF _Toc377116327 \h 61.6.4.1CONCURRENT USER CONNECTIONS PAGEREF _Toc377116328 \h 61.6.4.2NETWORK BANDWIDTH PAGEREF _Toc377116329 \h 61.6.4.3USER PROCESS TRANSACTIONS PAGEREF _Toc377116330 \h 61.6.4.4Peak Times: PAGEREF _Toc377116331 \h 61.6.4.5Load Balancing PAGEREF _Toc377116332 \h 61.6.4.6Database Sizes to be migrated PAGEREF _Toc377116333 \h 71.6.4.7Backup Schedule: PAGEREF _Toc377116334 \h 72.0TABLE OF ACRONYMS PAGEREF _Toc377116335 \h 73.0SCOPE OF WORK PAGEREF _Toc377116336 \h 74.0PERFORMANCE DETAILS PAGEREF _Toc377116337 \h 84.1PERFORMANCE PERIOD PAGEREF _Toc377116338 \h 84.2PLACE OF PERFORMANCE PAGEREF _Toc377116339 \h 84.3TRAVEL OR SPECIAL REQUIREMENTS PAGEREF _Toc377116340 \h 84.4SECURITY PAGEREF _Toc377116341 \h 94.4.1POSITION SENSITIVITY PAGEREF _Toc377116342 \h 94.4.2MODERATE RISK DESIGNATION TASKS PAGEREF _Toc377116343 \h 104.5TECHNICAL PROFICIENCY PAGEREF _Toc377116344 \h 115.0SPECIFIC TASKS AND DELIVERABLES PAGEREF _Toc377116345 \h 115.1PROJECT MANAGEMENT PAGEREF _Toc377116346 \h 115.1.1PROJECT MANAGEMENT PLAN (FFP) PAGEREF _Toc377116347 \h 115.1.2PROGRESS AND STATUS REPORTS (FFP) PAGEREF _Toc377116348 \h 125.1.3ANALYZE, REPORT AND INTEGRATE FINDINGS INTO PMP (FFP) PAGEREF _Toc377116349 \h 125.1.4PERFORMANCE ANALYSIS (FFP) PAGEREF _Toc377116350 \h 135.1.5FAILURE ANALYSIS (T & M) PAGEREF _Toc377116351 \h 135.1.6DISASTER RECOVERY ANALYSIS (T & M) PAGEREF _Toc377116352 \h 145.2HARDWARE ACQUISITION (FFP) PAGEREF _Toc377116353 \h 145.3SOFTWARE ACQUISITION (FFP) PAGEREF _Toc377116354 \h 155.4HARDWARE TECHNICAL MAINTENANCE AND SUPPORT (FFP) PAGEREF _Toc377116355 \h 155.5SOFTWARE TECHNICAL MAINTENANCE AND SUPPORT (FFP) PAGEREF _Toc377116356 \h 155.6INSTALLATION (T & M) PAGEREF _Toc377116357 \h 165.7POST-INSTALLATION (T & M) PAGEREF _Toc377116358 \h 175.8MIGRATION (T & M) PAGEREF _Toc377116359 \h 175.8.1MIGRATION PLAN (FFP) PAGEREF _Toc377116360 \h 175.8.2HOST MIGRATION (T & M) PAGEREF _Toc377116361 \h 175.8.3MIGRATION REPORT (T & M) PAGEREF _Toc377116362 \h 185.9TRAINING (T & M) PAGEREF _Toc377116363 \h 185.9.1TRAINING PLAN (FFP) PAGEREF _Toc377116364 \h 185.9.2CLASSES PAGEREF _Toc377116365 \h 195.9.3IMPLEMENTATION GUIDE (T & M) PAGEREF _Toc377116366 \h 195.10ACCEPTANCE (T & M) PAGEREF _Toc377116367 \h 195.10.1ACCEPTANCE TEST PLAN (T & M) PAGEREF _Toc377116368 \h 205.11ACCEPTANCE TESTING (T & M) PAGEREF _Toc377116369 \h 215.12POST-INSTALLATION (T & M) PAGEREF _Toc377116370 \h 215.12.1SYSTEM RUNBOOK (T & M) PAGEREF _Toc377116371 \h 215.12.2QUALITY ASSURANCE SURVEILLANCE PLAN (FFP) PAGEREF _Toc377116372 \h 225.12.3IMPLEMENTATION GUIDE (T & M) PAGEREF _Toc377116373 \h 225.12.4QUALITY ASSURANCE SURVEILLANCE PLAN (FFP) PAGEREF _Toc377116374 \h 236.0GENERAL REQUIREMENTS PAGEREF _Toc377116375 \h 236.1PERFORMANCE METRICS PAGEREF _Toc377116376 \h 236.2PERSONNEL CHANGES PAGEREF _Toc377116377 \h 256.3ORGANIZATIONAL CONFLICT OF INTEREST PAGEREF _Toc377116378 \h 25Exhibit A – Existing Hardware Configuration PAGEREF _Toc377116379 \h 27Exhibit B – Existing Host Details PAGEREF _Toc377116380 \h 29Exhibit C PAGEREF _Toc377116381 \h 30 BACKGROUNDThe mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Enterprise Operations (EO), is to provide One VA world-class service to Veterans of the United States by delivering results-oriented, secure, highly available and cost effective information technology services.? VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. EO is a full-service IT provider, offering a wide variety of products and services to its VA and other federal agency customers. As the corporate IT center for VA’s nationwide systems, EO supports mission-critical functions through approximately 200 complex applications and over 2,000 physical and virtual servers.EO is comprised of the following five data centers:Austin Information Technology Center (AITC) 1615 Woodward, Austin, TX 78741Hines Information Technology Center (HITC)First Ave. North of 22nd Street, Bldg. 215, Hines, IL 60141-9998Philadelphia Information Technology Center (PITC) 5000 Wissahickon Avenue, Philadelphia, PA 19144Quantico Information Data Center (QITC) and ancillary sites (110)5101 Russell Road, Quantico, VA 22134-3903Capital Region Data Center (CRDC)882 J. Jackson Drive, Falling Waters, WV 25419The Veterans Affairs is an integral part of the EO family. Veterans Affairs is located at the AITC and requires a technology refresh of their current IBM mainframe hardware platform which currently resides at AITC. Veterans Affairs supports the VA’s financial management and accounting systems.Veterans Affairs contracts with VA's Enterprise Operations (EO) Austin Information Technology Center (AITC) to support IBM 2817-z196 Processor (Model M15), IBM 2098- z10 Processor (Model E10) administration. The current applications must be replaced with new systems that can be expanded to meet user demands. FUNCTIONAL DESCRIPTIONThe Veterans Affairs The Department of Veterans Affairs (VA) Heath Eligibility Center Application (HEC) was developed by AMS using the Federal Financial System (FFS) as the base for a highly customized application that automates and integrates department-wide financial management and accounting systems. HEC Letters data is received thru ESR and these letters are processed Weekly. HEC Letters are run the Business Objects Enterprise (BOE) (is used to link the letters) and Crystal Reports (is used to build the body of the letters) software which is maintained on a Virtual Server this software also builds ad PDF file for WMI (World Mark Inc) the company that prints the letters. HEC Letters are run every Wednesday providing that HEC transmits the dataOnce the HEC Letters are built then they are Zipped to WMI (World Mark Inc) to be printed and mailed outOPERATIONAL COMPONENTSThese Veterans Affairs systems consist of IBM 2817-z196 Processor (Model M15), IBM 2098- z10 Processor (Model E10) located in the computer room at the Enterprise Operations (EO), Austin Information Technology Center in Austin, Texas.Hardware EnvironmentThere are two Oracle SunFire 25K (IBM) systems, one located at the AITC data center and another at the Hines Information Technology Center (HITC) in Hines, IL. Currently the Austin based IBM houses Veterans Affairs CRP’s Production, Preproduction, Development, Test and Batch Environments. The IBM at the Hines Information Technology Center (HITC) houses the Veterans Affairs CRP Performance environment and the Disaster Recovery system (Veterans Affairscrpdbs1, Veterans Affairscrpperf1, Veterans Affairsedwdbs1). IBM 2817-z196 Processor (Model M15 (Capacity 410))160 Gigabyte (GB) Memory716-Port ESCON Channel cards (104 ESCON Channels enabled)164-Port FICON Channel cards (64 FICON Channels), (Long wave (LX)13ESCON to Parallel Channel Converters84-port OSA Express Fast Ethernet Cards (32 ports) for telecommunications, 2IFB Links (4 ports), 10General Central Processors, capable of processing 2039 million instructions per second (MIPS)? (252 MSUs)3IFL Processors (Integrated Facility for Linux)1ICF Processor (Integrated Coupling Facility)1zIIP Processor? (System z Integrated Information Processor)Operating System Software –z/OS Version 1.12z/VM Version 5.4LPARs:?? SYP, SYT, VMPA, VMTA, PCF1, TCF1? (CF= Coupling Facility)2)? IBM 2098- z10 Processor (Model E10 (Capacity M03))??? Serial Number:? 5D18496 Gigabyte (GB) Memory, 3?? 16-Port ESCON Channel cards (36 ESCON Channels enabled),5?? 4-Port FICON Channel cards (20 FICON Channels), (Long wave (LX)),1?? ESCON to Parallel Channel Converters,4?? 4-Port OSA Express Fast Ethernet Cards (16 ports) for telecommunications, 2?? IFB Links (4 ports),3?? Central Processors, capable of processing 398 million instructions per second (MIPS)? (49 MSUs)1?? ICF Processor (Integrated Coupling Facility)2?? IFL Processors (Integrated Facility for Linux)Operating System Software –z/OS Version 1.12z/VM Version 5.4LPARs: SYL, SYC, SYM, SYR, VMPB, VMDA, VMTB, PCF2, TCF2? (CF= Coupling Facility)Attached Peripherals Quantity3174 VISARA NON-SNA 3174 Controller2Hitachi VSP DASD Box 1Hitachi USPV/AMS DASD Boxes 1/1EMC DMX 3000 Box 1Hitachi VSPDASD 1Xerox Docuprint 180 LPS1Xerox DP75 (attached via network)1Xerox Workcenter Pro 35 (attached via network) 2UDKSERVE – server (attached via network)1The Veterans Affairs HEC application is deemed critical and is configured for EO recovery in case of a declared disaster. The production machine is in Austin, Texas and is connected via a high-speed dedicated network connection to the Disaster Recovery (DR) host in the Hines, Illinois ITC. In the event a disaster is declared at the AITC, the cloned domains at Hines ITC would be brought on line to take the place of the AITC domains.HARDWARE CONFIGURATIONSee Exhibit A for configuration details.Software EnvironmentSoftware installed in this environment includes both commercial off the shelf (COTS) software as well as VA in-house developed applications.Software ApplicationsHEC software executes using a variety of programs written in COBOL), IDMS, sFTP, JCL DYL280, VSAM, VISTA, DMI, RSD, Direct connect, 3rd party software Mailstream and Endevor and both mainframe and UNIX based Oracle mercial Off The Shelf (COTS) SoftwareTechnologies supporting HEC include Rogers Software Development (RSD), VISTA, Mail Manager (MailMAN), Integrated Funding Control Accounting Point (IFCAP), Code 1 Plus/Mailstream, VISIO, SYNC Sort, Top Secret, and CUPS.Developed ApplicationsSee Exhibit B for configuration details.Performance1.6.1 SERVICE LEVEL AGREEMENTSThe EO/Veterans Affairs Service Level Agreement (SLA) in effect includes:IBM administration support for customer database administrators DBAs and developers during business hours, defined as 7:00 am ET to 9:00 pm ET.System issue resolution and urgent data transfer support outside business hours with a response within one hour.Backup and recovery support (e.g., restores) outside business hours.System and backup/recovery support during major upgrades planned in advance (e.g., Oracle database upgrade).Backup and recovery support (e.g., restores) for Hitachi Shadow image (or its equivalent).Load balancing hardware and network support.24-hour flash alert monitoring with telephone calls to assigned customer support staff when alerts surface.Customer is responsible for:Notifying the System Administration and Backup team of the request in an email.Requesting EO Help Desk to create a formal ticket for AITC technical assistance with the request.The customer management team will coordinate and approve actions to fulfill the request using the existing AITC change management approval process.SERVICE RESPONSE & MAINTENANCE WINDOWSEO guarantees onsite response in two hours during standard business hours, which are Monday through Friday, excluding Federal holidays from 7 a.m. to 4 p.m. Central time (CT). Standard response time outside these hours will not exceed two hours for callback support.EO arranges with its customers to reserve two hours of scheduled downtime each month for maintenance. This is always done outside normal business hours and is designed to provide a recurring maintenance window for routine upgrades to hardware and software.EO guarantees system availability during 99 percent of the business hours on a monthly basis. Additional planned and coordinated outages do not count against the monthly availability calculation. Outages that are beyond the EO’s span of control (i.e., network outages, customer system outage, etc.) will not count against the monthly availability calculation.BACKUP AND RECOVERYThe HEC backup requirements and retention periods currently in place will continue post-technology refresh. Specifically, that includes:Daily incremental tape backups of IBM files.Daily tape archival backups of the export dump files from a designated area on the Production systems.Weekly full backups at the operating system level and database level on the Production systems.Monthly full backups of the Preproduction, Test, and Development systems and databases.Monthly and quarterly full backups of select file systems on the Production systems.Daily backup status updates.MONITORING REQUIREMENTSVeterans Affairs needs basic level monitoring as well as 24-hour flash alert monitoring and daily backup status updates. Currently monitoring is provided by SNMP agents (SystemEdge, DBInsight, Introscope) installed in all environments.RESOURCE REQUIREMENTS AND TRENDSCONCURRENT USER CONNECTIONS2 average / 4 peakNETWORK BANDWIDTHNot applicable USER PROCESS TRANSACTIONSHEC Daily: 10 - 10 jobs runs daily, but not always are files founds that build transactionsHEC Weekly: 80k (HEC letters, USPS CDs)HEC Monthly: 82m (weekly times 4, plus USPS COA updates, OPP extract, Outreach Letters)HEC Quarterly: (monthly times 3, NCOA VerificationPeak Times:The current Production system experiences these usage trends:Some are run throughout the night (qrtly 18 hour jobs), all day (daily every 10 mins), early morning (M-Sat 3-4am)Load BalancingN/ADatabase Sizes to be migratedDatabase files: VSAM files are used for this applicationDetail line file contains about 15 million records (record size 320)Patient file contains about 2.83 million records (record size 530)Backup Schedule: Daily snaps are done at night to replicate DASD.DASD – 51.5 GB_MonthDASD Replication – 20.03 GB_MonthCPU – 54 Hours per Month TABLE OF ACRONYMSNASCOPE OF WORKThe contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work and deliverables as detailed in section 5.0 of this PWS, except as may otherwise be specified. The scope of this project is to perform a technology refresh (replacement of the Financial Management System (HEC) application and hardware appliances at AITC) and enhancement of the Veterans Benefit Administration Corporate Applications (Veterans Affairs) environments in order to order to migrate to a VA standard operating system (Windows or Linux). We are replacing the current hardware with a solution that supports current and future applications and/or databases. The current environment needs to be evaluated and diagrammed. A proposal needs to be developed and presented that would resolve the current problem of the hardware being at end of useful life and no longer supportable and scalable. The proposal needs to take into consideration the current software environment, capacity, interconnections, infrastructure limitations, etc. and ensure that the proposed hardware replacement is compatible with the environment at both locations: Austin Information Technology Center and Hines Information Technology Center. The proposal needs to take into consideration the network and power limitations of the HITC location and plan accordingly. It is the contractor’s responsibility to propose a suitable solution for environment for non-production to be separate to allow for the establishment of Personally Identifiable Information (PII) and non-PII environments. This is necessary to comply with current security directives. PERFORMANCE DETAILSPERFORMANCE PERIODThe period of performance shall include an approximate 6-month base period terminating at the end of the fiscal year (09/30/2015) followed by four 12-month option periods.PLACE OF PERFORMANCEEfforts under this Task Order (TO) shall be performed on site at the following VA EO facilities in: Austin Information Technology Center (AITC) 1615 Woodward, Austin, TX 78741Hines Information Technology Center (HITC)First Ave. North of 22nd Street, Bldg. 215, Hines, IL 60141-9998Additionally, remote support in certain circumstances may occur with prior COR approval.TRAVEL OR SPECIAL REQUIREMENTSThe Government anticipates travel under this effort through the period of performance. All travel will be on a cost reimbursable no fee basis. Travel shall be in accordance with the Federal Travel Regulations (FTR) and requires advanced concurrence by the Contracting Officer’s Representative (COR).?Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Local travel within a 50-mile radius from the Contractor’s facility is considered the cost of doing business and will not be reimbursed.??This includes travel, subsistence, and associated labor charges for travel time.? Travel performed for personal convenience and daily travel to and from work at the Contractor’s facility will not be ERNMENT FURNISHED PROPERTYThe Contractor will be provided access to all available Government-furnished information, facilities, material, equipment, or services as required to accomplish the efforts in the PWS. This shall include office space, desk, telephone, chair, computer, shared printer, cell phones for callback and requisite consumable materials.The Contractor may be provided keys or codes for access to the Government facility. These keys and codes shall be controlled, tracked, and protected. Upon completion of the period of performance, all keys and/or access badges to the Government facility will be turned in to the Contracting Officer’s Representative (COR).The following related equipment is currently in place at the Government facilities and will not be replaced as part of this effort. Therefore, this RFI will not need to address this equipment.Enterprise backup infrastructure and facilities, including controllers, media, switches and cabling.Enterprise storage infrastructure and facilities, including controllers, media, switches and cabling. The Oracle 11g, Release 2 enterprise database for the Enterprise Data Warehouse resides on the enterprise work infrastructure, including routers, bridges, firewalls, switches and cabling.Secure computer facilities, including floor space, lighting, electricity and HVAC. SECURITYVAAR Clause 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim – Oct 2008) is applicable to this RFI.The Contractor-provided services may require connection of one or more Contractor-owned IT devices to a VA internal trusted network. If applicable, the Contractor shall implement IT security requirements in accordance with the Memorandum of Understanding or Interconnection Security Agreement documents (MOU-ISA). POSITION SENSITIVITYContractors whose personnel require remote access to VA networks would work with the Contracting Officer’s Representative (COR) to determine appropriate access method needed for their situation. All portable (laptops, Blackberrys, etc.) devices that access the VA network remotely must provide proper justification of the need for access, and sign Rules of Behavior prior to remote access being granted in accordance with VA Handbook 6500, “Information Security Program”. If a Blackberry or other equivalent device is needed, it will be provided by VA. The two methods of remote access are Government Furnished Equipment (GFE) RESCUE and the Citrix Access Gateway (CAG). The objective of the GFE RESCUE client is to ensure remote access needs are met and VA data and security are not compromised. The user is provided access to VA network system resources (as authorized by the COR and ISO). The user will be able to log onto devices for which they have privileges, download VA information to the remote compliant device, print to a local printer, and when the connectivity is terminated, any VA data downloaded to the compliant device will remain. CAG is a web-based interface that permits use of personally owned equipment. It is compatible with most operating systems but requires that a ‘plug-in’ be installed into the Internet browser. Access will be requested through the COR and ISO. Approved remote access users are governed under the same local policies, Federal laws and regulations that apply to all local users of VA computer systems and the security and privacy of the information contained therein. The Tasks identified below and the resulting Position Sensitivity and Background Investigation delineate the Background Investigation requirements by Contractor individual, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster would indicate the required Background Investigation Level for each individual, based upon the tasks the Contractor individual would be working, based upon their submitted proposal.MODERATE RISK DESIGNATION TASKSPosition Sensitivity and Background Investigation - The position sensitivity and the level of background investigation commensurate with the required level of access is: FORMCHECKBOX Low/NACI FORMCHECKBOX Moderate/MBI FORMCHECKBOX High/BIA High/BI is needed for all Security and Network positions and for other positions on an “as required” basis. Systems Administrators (Windows, UNIX, Storage, Mainframe) are Moderate / MBI.Position SensitivityBackground Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, “Personnel Security Suitability Program,” Appendix A.)LowNational Agency Check with Written Inquiries (NACI) A NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), FBI name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low-Risk positions.ModerateModerate Background Investigation (MBI) A MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree.High Background Investigation (BI) A BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree.TECHNICAL PROFICIENCYThe Contractor shall provide personnel that are fully trained in their assigned technical field of expertise and maintain technical proficiency and currency during the TO period of performance.? If the Contractor requires training, the acquisition of this training shall be the Contractor’s responsibility.SPECIFIC TASKS AND DELIVERABLESThe Contractor shall perform the following: PROJECT MANAGEMENTThe Contractor will manage the HEC Technical Refresh project for the Government, including planning, management and reports.PROJECT MANAGEMENT PLAN (FFP)The Contractor shall provide a Project Management Plan (PMP) that will include the approach, timeline and tools to be used in execution of the contract.? The PMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support.? The PMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS.? The initial baseline PMP shall be concurred upon and updated monthly thereafter.? The Contractor shall create an online project portal that is updated and maintained based on the VA-approved PMP throughout the period of performance.?In addition, the PMP shall contain:Staffing PlanCommunication PlanContractor Organization ChartRisk Management PlanWork Breakdown StructureLicense and Maintenance Support Plan End of Task Order Transition PlanDeliverables: Project Management PlanPROGRESS AND STATUS REPORTS (FFP)The Contractor shall prepare and transmit to the designated VA POC a weekly project progress and status report detailing the previous week’s progress towards completion, the status of ongoing work, planned work for the coming week and possible impediments to progress with possible workarounds. The initial report will be delivered one week after PMP and on Friday of each subsequent week until completion of the contract.Deliverables: Weekly Progress and Status ReportsANALYZE, REPORT AND INTEGRATE FINDINGS INTO PMP (FFP)The Contractor will perform analysis of the existing system, including performance metrics to be gathered to utilize in determining the final system’s configuration and ultimate performance improvement.Interview existing Veterans Affairs CRP program management staff. Analyze current VETSNET software architecture/software stack and provide proposal to update to current design standards. A key element would be how to minimize complexity and software license/maintenance costs. The proposal would include potential delivery timelines and savings realized by each element of the proposal.Analysis and report of the current environment (end-to-end) with identification of single points of failure or Increased availability risk due to hardware and software configurations. This should be integrated with the VETSNET analysis noted in this deliverable.Analysis, planning and implementation of reformatting the existing databases stored on EMC LUNs to recover lost and unused space throughout the data storage area. This should be implemented in conjunction with the storage migration. Consider the existing places of performance (Austin ITC and Hines ITC). Given the power constraints at Hines ITC facility, analyze alternatives for feasibility.Analyze and report findings of the current HITC Datacenter facility, as it relates to physical, electrical, and technical infrastructure capacity to host both the Corporate disaster recovery and Performance hardware environments. A determination and recommendation for the Veterans Affairs DR site is desired outcome.PERFORMANCE ANALYSIS (FFP)The Contractor will interview EO personnel currently involved in using, maintaining and administering the current systems to gain an understanding of the environments. Contractor will then analyze the current software architecture/software stack and provide a report proposing steps that might be taken to update to current design standards. A key element of such a report would be how to minimize complexity and software license/maintenance costs, along with improving system performance. A plan detailing the proposed analysis will be provided to the Government’s technical representative. The report would include potential delivery timelines and savings realized by each element of the proposed changes.Deliverables: Performance Analysis report.FAILURE ANALYSIS (T & M)The Contractor will analyze and report on the current production and development environments end-to-end, with identification of single points of failure or increased availability risk due to potentially restrictive hardware and software configurations. The report should also recommend performance metrics to be monitored for system problems along with metric levels indicative of those problems. A plan detailing the proposed analysis will be provided to the Government’s technical representative within 5 days of receipt of the PMP. Testing and the final report must be complete with 14 days. This report should be integrated with the performance analysis report (Section 5.2.1).Deliverables: Failure analysis report.DISASTER RECOVERY ANALYSIS (T & M)The Contractor will analyze and evaluate the current disaster recovery process and provide a report detailing a recommended disaster recovery configuration, including where all systems involved in disaster recovery should be sited for maximum response and possible expansion, as well as possible backup, storage and network configurations to minimize recovery time. A plan detailing the proposed analysis will be provided to the Government’s technical representative within 5 days of receipt of the PMP. Testing and the final report must be complete with 14 days.Deliverables: Disaster recovery report.Analysis and report findings of the current HITC Datacenter facility, as it relates to physical, electrical, and technical infrastructure capacity to host both the Corporate disaster recovery and Performance hardware environments. A determination and recommendation for the Veterans Affairs DR site is the desired outcome.HARDWARE ACQUISITION (FFP)The Contractor shall acquire hardware to support a technology refresh of the existing IBM hardware environments. The current systems must be replaced with new systems that will show a marked improvement in performance, can be expanded to meet increasing user demands with an absolute minimum of impact on current day-to-day operations, as well as requiring a minimum total migration effort for both hardware, software and applications in terms of time, effort and cost. In addition, Contractor will provide all component documentation for the acquired hardware.Deliverables: New hardware to replace existing IBM systems. Acquisition of hardware technology refresh: Veterans Affairs supports the VA’s benefits and education systems on a mission-critical IBM hardware platform. The IBMs are nearing end-of-life for future sales and can no longer be upgraded to expand capacity or improve system performance. The current systems must be replaced with new systems that can be expanded to meet user demands.New hardware platform must minimally demonstrate ability to support 70% processing growth throughout the period of performance with no reduction in ponent documentation. SOFTWARE ACQUISITION (FFP)The Contractor shall acquire software and/or software licenses required to support all existing IBM applications and system functionality in the refreshed hardware technology environments (Section 5.3). The existing software packages include Solaris, Oracle Enterprise Database, Oracle Business Intelligence Enterprise, Informatica and WebLogic. In addition, Contractor will provide all component documentation for the provided software.Deliverables: Acquisition of software required to support hardware technology refresh (Existing software platform includes Solaris, Oracle Tuxedo OLTP, Oracle Enterprise Database and COBOL for runtime execution and BMC Control-M for batch job ponent documentation. HARDWARE TECHNICAL MAINTENANCE AND SUPPORT (FFP)The Contractor shall provide 24x7x365 hardware support for the new system with a maximum of 2-hour response time, phone/web access, and priority escalation for all hardware implemented in the solution for a period of one (1) base year plus four (4) optional extension years. The support shall also include direct access from all EO datacenters to on-line hardware vendor incident, support and tracking information for all EO datacenters. In addition, Contractor shall include all support contract numbers or other identification/ documentation required to obtain hardware support.Deliverables: Hardware support agreement.Hardware support documentation.SOFTWARE TECHNICAL MAINTENANCE AND SUPPORT (FFP)The Contractor shall provide 24x7x365 software support for all new system software with a maximum of 2 hour response time, phone/web access, and priority escalation for all hardware implemented in the solution for a period of one (1) base year plus four (4) optional extension years. The support shall also include direct access from all EO datacenters to on-line software vendor incident, support and tracking information for all EO datacenters. In addition, Contractor shall include all support contract numbers or other identification / documentation required to obtain software support.Deliverables: Software support agreement.Software support documentation.INSTALLATION (T & M)The Contractor shall:Conduct all on-site activities in such a manner as to minimize the impact to normal information systems operations.Provide hardware/software installation, including initial configuration, network configuration & knowledge transfer.Conduct all on-site activities in such a manner as to minimize the impact to normal information systems operations.Provide all necessary hardware and software, including all necessary cables and mounting hardware to make the Solution operational, except government-furnished property (GFP) referenced in GFP section.Provide inside delivery, installation and insurance of all equipment to EO datacenters. The VA does not accept delivery of the equipment until acceptance testing is passed at all EO datacenters. Acceptance testing criteria must be proposed in the response and accepted by the government prior to implementation. Install and configure all required operating system software and components as per the VA specifications.Coordinate with local VA staff to connect the individual servers to the VA network via network connections provided by the VA. Schedule all changes with minimal downtime and in compliance with Veterans Affairs and EO change management practices.Prior to host migration, develop and implement plan for migrating approximately fifty three HEC (53) Virtual Storage Access Method (VSAM) GFE storage virtualized behind Hitachi USP-V and VSP storage virtualization infrastructure. Currently databases reside at AITC. There are a number of automated snapshots, BCVs and replication options that must also be migrated. HEC is a mission-critical application processing over four million transactions per day. This task must be sequenced before technology refresh of the existing IBM platforms at AITC.Implement RMAN backup on each domain if not already present.Implement 10Gb backup networking configuration on each domain.POST-INSTALLATION (T & M)The Contractor shall:Conduct all on-site activities in such a manner as to minimize the impact to normal information systems operations.Remove all trash associated with shipping, delivery and plete and return the post installation certification sheet to the VA Contracting Officer’s Technical Representative upon successful completion of the installation.Deliverables: Completed post-installation certification sheet.MIGRATION (T & M)All existing databases, software packages and applications must be moved from the existing IBM system environments to the new system and verified as functional in the new system environments. MIGRATION PLAN (FFP)The Contractor will provide a migration plan detailing the proposed method of moving to the new system prior to startup of the new system. The plan must include a migration schedule as well as detailed steps for migration of all databases, applications, programs, scripts and software packages in all environments, including persons and equipment required, the methodology for each migration step, estimated time to complete the step, desired results, and detailed migration instructions to achieve those results with acceptance criteria and a method for all personnel involved in the test to sign verifying their approval that the results were achieved.. Deliverables: Migration plan that is agreed upon by VA Leadership. HOST MIGRATION (T & M)The Contractor will migrate all domains hosted on the existing hardware/software platform to the new platform. Non-production domains (Development, Test, Preproduction) shall be migrated first and maintained parallel of existing systems, until verified, followed by the production domains (Web, Production, Disaster Recovery). All changes and/or interruptions are to be scheduled with minimal downtime and in compliance with all Government IT change management practices.Deliverables: Host Migration for all domains hosted on the target hardware/software platform. Migrate non-production domains first and maintain parallel install of hardware until complete. All changes are to be scheduled with minimal downtime and in compliance with Veterans Affairs and EO change management practices.Migrate existing host-based, EMC-specific storage snapshot and replication software and scripts to existing Enterprise version.MIGRATION REPORT (T & M)Within five (5) days of the completion of migration, Contractor will provide a report detailing the migration process, including personnel involved, issues encountered and corrected, the signed completed migration test and the final migration results.Deliverables: Migration report.TRAINING (T & M)Provide appropriate training courses on hardware support and management. This training is intended to provide personnel a solid foundational knowledge in the equipment and components to enable proficiency in performing job tasks associated with managing the proposed solution and enables faster access to higher tiers of vendor support. This course will be conducted at the Offeror’s provided facility within 50 miles of an EO datacenter or onsite at an EO datacenter.Onsite engineering, knowledge transfer, cross-training. Knowledge sufficient to efficiently utilize and administer the new system environment must be imparted to both Government and Contractor personnel responsible for operating, using, and administering the new system. TRAINING PLAN (FFP)The Contractor shall provide a detailed training plan showing suggested courses to be attended and a list of recommended personnel by job description and, if possible, by name who should the courses. Detailed course descriptions should be included in the plan.Deliverables: Training plan that is agreed upon by VA Leadership. CLASSESThe Contractor shall provide appropriate training courses on hardware support and management. This training is intended to provide attending personnel a solid foundational knowledge in the new equipment and components to enable their proficiency in performing job tasks associated with managing the new systems and to enable faster access to higher tiers of system vendor support. This course will be conducted at the Contractor’s provided facility within 50 miles of an EO datacenter or onsite at an EO datacenter.Deliverables: Completion of training / knowledge transfer.IMPLEMENTATION GUIDE (T & M)The Contractor shall provide an implementation guide containing:Detailed electrical, air conditioning, space utilization and other significant infrastructure requirements.Recommendations for new hardware and software to be acquired for technical refresh of the existing systems. Any analysis reports received will be utilized in preparing replacement hardware and software recommendations.High-level description and detailed diagrams that will allow systems to be installed and configured by an individual with minimal understanding of the tasks to be accomplished.A portion devoted to site-specific system operations that also addresses daily systems management requirements.Links to or copies of the Migration Plan and Acceptance Plan. A survey that is to be completed and returned to the Contractor to assist in preparation for the installation.Schedules and methodologies to be utilized to successfully conduct the migration and acceptance test procedures in conjunction with VA staff. The Contractor’s representative(s) must be onsite at their own cost in the VA datacenters assisting the VA staff in performing migration and acceptance testingDeliverables: Implementation guide that is agreed upon by VA Leadership. ACCEPTANCE (T & M)Once all systems are installed, configured and migrated from the existing IBM environment, the new environments must be verified by the Government as being acceptable for use as a better-performing replacement for the existing environments. The Contractor shall provide a plan for such testing and oversee the actual acceptance testing with the Government’s technical representatives.ACCEPTANCE TEST PLAN (T & M)The Contractor will provide an acceptance plan detailing the proposed method of verifying that the new system environments perform all tasks and functions of the existing IBM in a faster, more efficient manner prior to startup of the new system. The plan must include a proposed schedule for testing as well as detailed steps for verifying the proper functionality of all system components, databases, applications, programs, scripts and software packages in all environments. Verification should additionally include verifying backup, disaster recovery failover, network and storage access, user interactions, monitoring software access and security scanning. Each detailed acceptance step should include the persons and equipment required, the methodology for each acceptance step, the estimated time to complete the step, desired results including performance improvement metrics, and the detailed steps to achieve those results with result acceptance criteria and a method for all personnel involved in the test to sign verifying their approval that the results were achieved. The test plan will include a final completion agreement certifying that all acceptance criteria were met, accompanied by the signed acceptance test demonstrating the completion of all steps of the acceptance test.Deliverables: Acceptance test plan that is agreed upon by VA Leadership. Blank Acceptance Agreement.Provide a plan to clearly demonstrate how the solution meets all of the documented requirements. The VA will make the final determination on whether the acceptance test plan sufficiently demonstrates the solution and meets all of the requirements. Demonstrate the entire backup and restore procedures and capabilities to the local facility staff. This includes instruction on how to determine that a backup completed successfully as well as unsuccessfully. Conduct DR test with updated hardware configuration and report on RPO/RTO achieved with updated configuration. Provide updated contingency plan. Executing the acceptance test plan and provide documentation of the test plan results.ACCEPTANCE TESTING (T & M)Utilizing the Acceptance Test Plan, the Contractor and designated Government technical representative shall perform each individual acceptance testing step, verifying that the desired result has been achieved and signed as passed by all participants upon completion. Problems / Failures will be noted in the plan, reported to both Contractor and Government project management representatives and corrected/mitigated before proceeding. At the successful completion of all acceptances testing, all testing participants must sign the Acceptance Agreement signifying their participation in the acceptance process and the ability of the new environment to replace the existing one.Deliverables: Completed and signed Acceptance Agreement.POST-INSTALLATION (T & M)All on-site activities must be conducted in such a manner as to minimize the impact to normal information systems operations.Remove all trash associated with shipping, delivery and installation. The post installation certification sheet must be completed and returned to the VA Contracting Officer’s Representative upon successful completion of the installation.SYSTEM RUNBOOK (T & M)The contractor shall provide an online, modifiable system runbook that shall contain the detailed procedures and information required to administer the system. It details the combination of systems and their dependencies in keeping a service available, including day-to-day system procedures that include the following elements:Functional Overview Functional Overview Diagram List of Interfaces System Overview System Overview DiagramsNetwork Management Process Hardware Hardware Management Process Software Development and Release Third Party Vendor/Software Management Performance Monitoring Process Database Administration ProcessQuality AssuranceVendor InformationBackup ProcessesDisaster Recovery ProcessSecurityProblem ManagementConfiguration OverviewServer/HW/OSApplicationDatabase ConfigurationDaily CycleFailover MaintenanceTroubleshooting and Error Messages Glossary List of filesFinancial ProcessesTest procedureQUALITY ASSURANCE SURVEILLANCE PLAN (FFP) The Contractor shall provide a draft Quality Assurance Surveillance Plan (QASP) that clearly demonstrates how the solution meets the requirements, deliverables and schedule documented in this RFI. The QASP provides a systematic method to monitor contractor performance, including:What will be monitored.How monitoring will take place.Who will conduct the monitoring.How monitoring efforts and results will be documented.Deliverables: QASP.IMPLEMENTATION GUIDE (T & M)Detailed electrical, air conditioning, space utilization and other significant requirements.High-level description and detail diagrams so that systems can be installed and configured by an individual with minimal understanding of what needs to be accomplished.A portion of the Implementation Guide must be devoted to site-specific system operations and address daily systems management requirements.A portion of the Implementation Guide must be devoted to test procedures to validate all components have been installed correctly, the integrated platform is operating properly, and all requirements specified have been met. A survey that is to be completed and returned to the Offeror to assist in preparation for the installation.Successfully conduct the test procedures detailed in the Implementation Guide in conjunction with VA staff. The Offeror must be on-site at their own cost in the VA datacenters assisting the VA staff in performing acceptance testing.QUALITY ASSURANCE SURVEILLANCE PLAN (FFP)Provide a draft Quality Assurance Surveillance Plan (QASP) that clearly demonstrate how the solution meets documented requirements, deliverables and schedule. The QASP provides a systematic method to monitor contractor performance, including: What will be monitored.How monitoring will take place.Who will conduct the monitoring.How monitoring efforts and results will be documented.GENERAL REQUIREMENTSPERFORMANCE METRICSThe table below defines the Performance Metrics associated with this effort, with performance levels as indicated by the QASP.The table below defines the Performance Metrics associated with this effort. Performance ObjectivePerformance StandardAcceptable Performance LevelsTechnical NeedsShows understanding of requirementsEfficient and effective in meeting requirements Meets technical needs and mission requirementsOffers quality services/productsProactively identifies and mitigates risk to deliverables and pletes tasks in context of current EO procedures and municates to project team effectively in writing and verbally.Coordinates activities to avoid conflict and necessity for repeating completed tasks.Works with minimal oversight within assigned parameters.Satisfactory or higherProject Milestones and ScheduleQuick response capabilityProducts completed, reviewed, delivered in timely mannerNotifies customer in advance of potential problemsSatisfactory or higher3. Project StaffingCurrency of expertisePersonnel possess necessary knowledge, skills and abilities to perform tasksNotifies customer in advance of potential problems.Satisfactory or higher4. Value AddedProvided valuable service to GovernmentServices/products delivered were of desired qualitySatisfactory or higher5. Performance Analysis during Installation/ImplementationPrior to transferring production users to new hardware, to production, performance and reports shall be generated and analyzed to demonstrate the new platform(s) has the required initial capacity and expansion headroom. Vendor will specifically verify the design, functionality, and performance, as detailed in the deliverables. Verify that new production and pre-production environment exceeds the current environments I/O subsystem performance by reporting before and after statistics. Demonstrate a 50% improvement. RPO/RTO achieved during DR/COOP exercise after cutover.Measure speed (throughput/elapsed time) of existing backup on at least three domains, at least one being the production domain on each hardware platform. Satisfactory or higherThe Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by this RFI in an acceptable manner. The Government reserves the right to alter or change the QASP at its own discretion. A Performance-Based Service Assessment Survey will be used in combination with the QASP to assist the Government in determining acceptable performance levels. The COR will determine if the performance of the Contractor is below a metric standard and deem it unacceptable.? The COR will then notify the Contracting Officer.PERSONNEL CHANGESThe Contractor is expected to minimize employee turnover with respect to personnel performing under this RFI. The Government is to be notified in writing at least thirty (30) business days prior to any replacement in personnel. The Contractor shall demonstrate that replacement personnel meet the requirements of the labor category to which they are assigned.? Any costs associated with personnel replacement, to include training and other transition costs, shall be borne by the ANIZATIONAL CONFLICT OF INTERESTAll functions related to Acquisition Support shall be on an advisory basis only. Please be advised that since the awardee of this Task Order will provide systems engineering, technical direction, specifications, work statements, and evaluation services, some restrictions on future activities of the awardee may be required in accordance with FAR 9.5 and the clause entitled, Organizational Conflict of Interest. The Contractor and its employees, as appropriate, shall be required to sign Non-Disclosure Agreements (Appendix A).Exhibit A – Existing Hardware Configuration DomainVeterans Affairsedwdbs1 (PROD D/B Server)Veterans Affairsedwweb1 (WEB SERVER)CPU x Mem Summary12 x 96 GB8 x 64 GB?SystemSystemSystemBoard2SystemSystem?BoardBoardBoardBoard?01910CPU4x 1.8GHz CPU4x 1.8GHz CPU4x 1.8GHz CPU4x 1.8GHz CPU4x 1.8GHz CPUMem8 x 1GB per cpu8 x 1GB per cpu8 x 1GB per cpu8 x 1GB per cpu8 x 1GB per cpu?I/OI/OI/OI/OI/O?BoardBoardBoardBoardBoard?4576A4576A?4576A4576A?012910I/O Slot 04422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet?4422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 EthernetI/O Slot 1Qlogic QF2 DualQlogic QF2 Dual? I/O Slot 24444A QGE4444A QGE?4444A QGE4444A QGEI/O Slot 3Qlogic QF2Qlogic QF2?Qlogic QF2Qlogic QF2??????Boot Device3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU?3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU3120 Disk Split Bus 2 x 72/4 x 300 GB 1RUBoot & SwapMirror & Swap?Boot & SwapMirror & Swap??????OS version:Solaris 10??Solaris 10?DB version:Oracle 11gR2 (11.2.0.1) 64-bit+PSU1??Oracle 11g?Other Apps:Informatica Powercenter 8.6.0 Hotfix 3 (64-bit)Oracle Express Server 6.3.4Oracle App Server 10gR2 (10.1.2.0.2)Oracle Express Server 6.3.4CA Siteminder Webagent v6qmr5?Purpose:Data Warehouse??Webserver?Veterans Affairsedwdbs2 (PRE-PROD)Veterans Affairsedwdev1 (DEV)Veterans Affairsedwtst1* (TEST SERVER)8 x 64 GB8 X 64 GB8 X 64 GBSystemSystemSystemSystemSystemBoard12SystemBoard13BoardBoardBoardBoard34674 x 1.8GHz CPU 4 x 1.8GHz CPU 4 x 1.8GHz CPU 4 x 1.8GHz CPU 4 x 1.8GHz CPU 4 x 1.8GHz CPU 8 x 1 GB per CPU8 x 1 GB per CPU8 x 1 GB per CPU8 x 1 GB per CPU8 x 1 GB per CPU8 x 1 GB per CPUI/OI/OI/OI/OI/OI/OBoardBoardBoardBoardBoardBoard4576A4576A4576A4576A4576A4576A3467004422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 Ethernet4422A Dual USCSI2/LVD Dual 10/100/1000 EthernetQlogic QF2 DualQlogic QF2 DualQlogic QF2 DualQlogic QF2 Dual 4444A QGE4444A QGE4444A QGE4444A QGE4444A QGE4444A QGEQlogic QF2Qlogic QF2Qlogic QF2Qlogic QF2Qlogic QF2 DualQlogic QF2 Dual??????3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU3120 Disk Split Bus 2 x 72/4 x 300 GB 1RU??Boot & SwapMirror & SwapBoot & SwapMirror & Swap????????Solaris 10?Solaris 10?Solaris 10??Oracle 11gR2 (11.2.0.1) 64-bit?Oracle 11gR2 (11.2.0.1) 64-bit?Oracle 11gR2 (11.2.0.1) 64-bit??Informatica Powercenter 8.6.0 Hotfix 3 (64-bit)Oracle Express Server 6.3.4Oracle App Server 10gR2 (10.1.2.0.2)CA Siteminder Webagent v6qmr5?Informatica Powercenter 8.6.0 Hotfix 3 (64-bit)Oracle Express Server 6.3.4Oracle App Server 10gR2 (10.1.2.0.2)CA Siteminder Webagent v6qmr5?Informatica Powercenter 8.6.0 Hotfix 3 (64-bit)Oracle Express Server 6.3.4Oracle App Server 10gR2 (10.1.2.0.2)CA Siteminder Webagent v6qmr5??DW Pre-prod Env?DW Dev Env???Exhibit B – Existing Host DetailsExhibit C MARKET RESEARCH:In the space below, describe the Government's requirement(s) in terms sufficient to allow conduct of market research.For the ongoing technical refresh, an independent assessment has identified Oracle/Sun M9000 servers for applications and Oracle/Sun T3-4 servers for the Web environment as the necessary hardware to replace the existing IBM systems at Performance Analysis and Integrity (PA&I). They are the successor technology to the installed IBMs and are necessary to ensure compatibility with the currently running PA&I applications and Web architecture, as well as improving performance, reliability, scalability, and supportability. M9000 server is Oracle/Sun’s highest performance and largest multiprocessor Enterprise server delivering massive scalability, up to 64 processors and 256 cores to handle the largest workloads. Built on advanced SPARC64 VII/VII+ quad-core or SPARC64 VI dual-core processors and Oracle Solaris 10 operating system as its foundation, the Sun SPARC Enterprise M9000 server is optimized for enterprise-class applications such as ERP, CRM, BIDW, large databases, HPC/scientific/engineering applications, and large-scale OLTP that require mission-critical RAS features. Market research was conducted specific to the Government’s requirement for an Oracle/Sun successor technology solution, and thereby precludes consideration of a product manufactured by another company. Only the Oracle/Sun brand will satisfy the Government’s requirements for continued operation of PA&I applications and those contract holders who offer this type of support service will satisfy the need. The support licenses purchased shall continue to provide the expert support and management of application programs running Oracle software for Performance Analysis and Integrity. Software and applications are designed to work in unison and only the specified software can provide the functionality necessary to ensure appliances operate correctly and efficiently without substantial cost of reprogramming and reconfiguration. ................
................

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

Google Online Preview   Download