DMDC IBMZ10 Mainframe Hardware Maintenance Support
COMPONENT OFFICE: Defense Manpower Data Center (DMDC) REQUIREMENT: IBM z10 Mainframe Hardware Maintenance Support 1. The Defense Human Resources Activity is issuing this Sources Sought Notice as a mea... COMPONENT OFFICE: Defense Manpower Data Center (DMDC) REQUIREMENT: IBM z10 Mainframe Hardware Maintenance Support 1. The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Statement of Work (SOW) for IBM z10 Mainframe Hardware Maintenance for Information Technology Resources. The Government requires contractor services for IBM z10 Mainframe Hardware Maintenance Support to include the personnel, management and materials necessary to maintain published scheduled and preventative maintenance recommendations of the original equipment manufacturer (OEMs) in accordance with the draft SOW. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed NAICS for this effort is 811212, Computer and Office Machine Repair and Maintenance (size standard $27.5M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can meet the Government's requirement as established in the attached DRAFT SOW. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA/SEWP contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages. 1. Please describe your organization's breadth of expertise/competency as it relates to the requirements outlined in the draft SOW. Critical functions to be provided include: • Support for large IBM (or compatible) mainframe processors running IBM OS/390 operating systems, virtual memory systems, IBM and OEM disk and tape subsystems, Hierarchical Storage Management (HSM), standard installation maintenance practices and installation administrative details such as the creation and maintenance of an Account Maintenance Guide. • Remote System Monitoring • Principal Period Of Maintenance, 24 hours per day, 7 days per week • Qualifications as the manufacturer or an authorized product reseller capable of providing the support necessary for the proprietary technology and software to meet this requirement. a. Provide a short description of your experience in providing the type of services outlined within the SOW for the IBM z10 Mainframe. b. Describe your qualifications and any certifications which display the level of knowledge necessary to accomplish the requirements outlined within the SOW. 2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the SOW requirements and any suggestions for improving the SOW language. C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and dollar value of each project; include a contract number if applicable, 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 PM ET on Friday, February 15, 2019. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) point of contact: Anne Ditch, Contract Specialist, anne.t.ditch.civ@mail.mil. Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »