Status Report

Sources Sought Notice: NASA JSC: Managed Internet Services

By SpaceRef Editor
April 1, 2003
Filed under , ,

  • Document Type: Sources Sought Notice
  • Solicitation Number: 9-BJ2-Z75-03-05R
  • Posted Date: Mar 31, 2003
  • Original Response Date: Apr 21, 2003
  • Original Archive Date: Mar 31, 2004
  • Current Archive Date:
  • Classification Code: D — Information technology services, including telecommunications services

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

Description

NASA/JSC is hereby soliciting information about potential sources for Management of Internet Services. The Johnson Space Center is considering fulfilling requirements for services with one of the two approaches below: Approach 1 The MIS contractor shall ensure that the Internet Service Portal ISP) service is available 7 days a week, 24 hours per day (7×24), except for planned and coordinated system outages. To handle off-peak traffic for both Hyper Text Transfer Protocol (HTTP) connection traffic and multimedia streaming traffic, the MIS contractor shall provide and implement solutions for furnishing Internet connectivity and servers’ architecture (CPU, Memory, I/O).

The contractor shall deliver bandwidth of 100 MBPS. To handle minimum storage requirements, the MIS contractor shall provide and implement solutions to deliver capacity expandable to 100 Gigabytes per server or shared capacity for current web sites’ content, imagery archive files, scripts, log files, and any new web sites additions. To provide the web sites’ uptime and to provide data content, the MIS contractor shall provide and implement solutions to ensure web sites’ availability 24×7, via dedicated connection between the PAO content providers and the MIS Contractor. Contractor shall provide and implement solutions to ensure tech support 24×7 and shall provide and implement solutions for multiple mediums of tech support communications, which shall include: liaison communications, scheduling and planning with government technical monitor; problem resolution; and special planning for peak events. This effort will also include periodic (minimum of monthly) teleconferences with the JSC-PAO representatives or the specific delegated representatives. The MIS contractor shall provide and implement solutions and backup mechanisms for a secure, dedicated staging server that shall act as the “development” or testing environment for review and approval of all new content provided by the government data content providers.

The contractor shall securely store, maintain and propagate the one individual set of the content changes to all redundantly configured servers on the contractor’s network, where they will be securely stored, maintained and ready for download by Internet customers. The contractor shall support all popular World Wide Web publishing formats and their MIME types (i.e.: html, dhtml, gif, jpg, mpg, mov, pdf, JAVA, etc) and shall create and maintain a schedule for adding support for additional formats and MIME types at the government’s request. The contractor shall ensure configuration freezes coincide with planned and peak events, shall evaluate system security, and shall recommend and perform specific security updates. The contractor shall provide recommendations and implement firewall configurations and policies. The contractor shall develop and maintain security documentation as defined and required by the JSC CIO office. To optimize the Domain Name Server structure for each server, the contractor shall inform the government of recommended approaches, and reach a consensus with the government on the structure prior to implementation. The contractor shall include information/history about providing domain name registration and securing the naming convention using the Contractor’s Domain Name Server. The contractor shall immediately inform the government concerning outages or when equipment is brought back on line. Each week, the contractor shall report detailed usage statistical data including: a) Total user or HTTP connections or “hits”, b) Unique visits by hosts, c) Average duration of visits, d) Most frequently accessed or most popular pages, e) Connection refusals, f) Bandwidth used by month, and g) Peak events, by day and hour for HTTP connections. The contractor shall include graphical representations of these statistics. Approach 2 Approach 2 will include all of the requirements of Approach 1, except that 300 MBPS shall be substituted for 100 MBPS for bandwidth. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Technical questions should be directed to: Mr. Ken Woodfin @ 281-483-7549. Procurement related questions should be directed to: Ms. Gail A. Rollins @ 281-244-4173. Please be advised that this requirement is considered to be a commercial item or commercial-type product.

A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Gail A. Rollins no later than April 21, 2003. Please reference RFI 9-BJ2-Z75-03-05R in any response. Any referenced notes may be viewed at the following URLs linked below.

Original Point of Contact

Gail A. Rollins, Contract Specialist, Phone (281) 244-8439, Fax (281) 483-4173, Email gail.a.rollins@nasa.gov – Richard W Bennett, Contracting Officer, Phone (281) 483-1872, Fax (281) 483-2138, Email richard.w.bennett@nasa.gov

Email your questions to Gail A. Rollins at gail.a.rollins@nasa.gov

SpaceRef staff editor.