Federal Bid

Last Updated on 26 Feb 2011 at 9 AM
Sources Sought
Location Unknown

Linux Solution

Solicitation ID HM157511T0002
Posted Date 28 Jan 2011 at 6 PM
Archive Date 26 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Natl Geospatial-Intelligence Agency
Agency Department Of Defense
Location United states

This sources sought is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this announcement. The National Geospatial Intelligence Agency (NGA) is researching the market availability of firms that can potentially provide services/products that could be seamlessly incorporated into the baseline. The capability information provided in response to this sources sought is not expected to be a proposal, but rather a capabilities statement regarding the company's experience for the type of service and support as described herein. The information should describe how and why NGA would utilize your Linux solution; not only responding to the ability to meet the criteria listed, but detailed capability to ensure it is a viable solution for NGA. Do not include marketing materials or website links. Information is to be submitted by 1:00 pm CST 11 February 2011. Capability packages must not exceed 10 pages, 12 point font and must be submitted electronically.

The following are NGA's Linux Technical and performance requirements that must be demonstrated:
1. NGA requires an open source Linux operating system that is fully compatible with our existing Linux solution (Red Hat Linux)
2. The system must have the ability to scale deployments without increasing administrative overhead:

a. The system should allow for adding servers to environments without buying additional support tools necessary to provide updates/patches for servers not connected to internet.

b. If additional software/services are required to update/patch servers not connected to the internet they must be identified to include estimated cost.

c. Demonstration of complete binary compatibility is required. If applicable, the vendor must identify any requirement for script or application changes to include estimated cost.

d. The vendor must identify which specific vendor OS add-ons are incorporated into the Linux package.

3. The vendor must demonstrate their ability to manage the complete life cycle of a Linux infrastructure or more specifically the current NGA Linux infrastructure, to include the ability to deploy, configure, manage, update, and then re-deploy Linux systems, all from a single GUI console.

4. The vendor must demonstrate their ability to keep track of systems and applications from within the Network console by viewing reports that let system administrators take action before performance becomes an issue.

5. The system must be compatible with existing virtualization environment (VMware) - VMware is the primary virtualization solution in use at NGA today. (If additional subscription products or software are required to support VMware they must be identified). The vendor must demonstrate their capabilities to achieve compatibility with existing virtualization environment (VMware), and their experience working with VMware.

6. The vendor must demonstrate their ability to answer and service Support calls at locations within the CONUS with operational support 24 x 7, with a demonstrated timeline and process to incorporate any deficiencies related to maintenance or upgrades to the Linux OS or associated vendor scripts and applications. The vendor must identify any security vulnerabilities, improvement or new capability and process for delivering these findings.

7. The vendor must have Top Secret /SCI cleared support personnel and facility in the event NGA has to provide classified information from a machine to the vendor for analysis. This may be accomplished either by sending the data to an approved classified system or bringing a cleared contractor to an NGA facility.

8. The system versions must meet common criteria evaluation for EAL4 accreditation. EAL4 permits a developer to gain maximum assurance from positive security engineering based on good commercial development practices which, though rigorous, do not require substantial specialist knowledge, skills, and other resources. EAL4 is the highest level at which it is likely to be economically feasible to retrofit to an existing product line. EAL4 is therefore applicable in those circumstances where developers or users require a moderate to high level of independently assured security in conventional commodity target of evaluation (TOEs) and are prepared to incur additional security-specific engineering costs.

In summary, vendors are to provide detailed Capability Statements that demonstrate how they will meet the above requirements.

Additional information requested:

1) Company Name and address, point of contact name, phone number and e-mail address
2) Small business status information for NAICS code 511210, size standard $25 million, along with your qualification information under any other SBA program.
3) Experience in supporting a project entering into existing environments with a Linux solution. Please describe the magnitude of projects you've completed.

It is anticipated that any changes to the current operating system and baseline will require recerticification and re-accreditation. This factor maybe considered in a cost evaluation of any competition that may result from this request for information. Submit the above information via email to Donna J. Warren, Contracting Officer, at [email protected] Telephone number is 314-676-0196 and Douglas H. Verseman, [email protected], 314-676-0195. You may call to verify receipt of your capability statement. Contracting Office Address: Attn: ACSS Mail Stop L-13 3838 Vogel Road Arnold, Missouri 63010-6238.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jul 2009 at 6 PM
Pax West virginia 19 Feb 2019 at 2 PM
Baltimore Maryland 05 Aug 2021 at 6 PM
Indian head Maryland 06 Sep 2018 at 3 PM
Location Unknown 19 Aug 2008 at 7 PM

Similar Opportunities

Richmond Virginia 09 Jul 2025 at 4 AM
Columbus Ohio 07 Jul 2025 at 4 AM
Columbus Ohio 11 Jul 2025 at 4 AM