BACKGROUND: The Interagency Electronic Reporting System (IERS), more commonly known as eLandings, is an interagency project involving the three agencies that manage commercial fisheries in Alaska. Commercial seafood processors are required to report data on seafood harvest to these agencies. The fishing industry in Alaska operates around-the-clock, with landings any day of the week and at any hour of the day. To accommodate industry operations eLandings must be highly available (99.9% availability is required). The agencies involved have determined that we can most effectively meet requirements by collocating our eLandings servers in data center facilities operated by a commercial Internet hosting provider. It should be recognized that while the production aspect of this server environment has high availability requirements, a full capability non-production environment is included. It should also be recognized that the hardware and architecture being used allows for easy fallback to last-known-good environment when properly managed.
REQUIREMENTS: Contractor shall provide all consultation, services, and labor to implement services described from delivery of servers at contractors data center facility. Contractor facility locations closer to NMFS AKR offices in Juneau or Anchorage, Alaska are the preferred. (1) Co-location services (Minimum): Contractor shall provide rack space, power, environmental control, and internet for two Sun servers, each a model T5240, each requiring two U of rack space, each requiring four gigabit and one 100 megabit Ethernet connections. Co-location services shall be consistent with industry norms for data center environments, including 24x7x365 on-site staffing, power conditioning, uninterruptable power, non-destructive fire suppression, cooling, network connectivity, physical security, and offsite disaster recovery contingency arrangements. Servers and internet connectivity require a combined 99.9% uptime. (2) Server separation (Minimum): Contractor shall locate the two Sun servers separately such that an incident which might cause a service interruption would be unlikely to disrupt both servers. Server separation shall be implemented such that the network bandwidth and latency between the two servers should be essentially unconstrained by the separation. At a minimum the server separation shall locate the two servers in separate racks with independent power and paths to the internet.
NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by August 24, 2011. Documentation to support the contractor's capability to perform these services must be submitted in writing and include the point of contact and phone number, a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages, contractor DUNS Number, CCR, business type and size. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 4:30PM local Alaska Standard Time. Email Address: [email protected] with the subject line: NMFS AKR-11-SS0810. Questions of any nature must be addressed in writing as no telephone inquiries will be honored.