Request For Proposal BID#17-02-1635VJ

2y ago
28 Views
3 Downloads
658.30 KB
10 Pages
Last View : 8d ago
Last Download : 3m ago
Upload by : River Barajas
Transcription

2017Request For ProposalBID#17-02-1635VJSAN HARDWARE, INSTALLATION AND 3 YEAR MANAGED SERVICECONTRACTNAVAJO DIVISION OF SOCIAL SERVICES,MANAGEMENT INFORMATION SYSTEMS (MIS SECTION)WINDOW ROCK, ARIZONA

Table of Contents1 SCOPE . 21.1RFP Bid Closing Date and Time:. 32 REQUIRED RESPONSE FORMAT . 32.13456RFP Response Format Requirements: . 3EVALUATION OF PROPOSALS . 43.1Product Demonstrations . 43.2Evaluation Criteria . 4INSTALLATION SERVICES. 44.1Installation Materials: . 44.2Equipment Verification: . 44.3Documentation: . 5TECHNICAL RESPONSE ELEMENTS . 55.1Scope of Proposal (Required of all respondents) . 55.2Proposed Virtualization Solution (Required of all respondents) . 55.3Vendor Response: . 55.4Vendor Response: . 55.5Vendor Response: . 5SUBMITTAL REQUIREMENTS . 61 Page

NAVAJO NATION DIVISION OF SOCIAL SERVICESMANAGEMENT INFORMATION SYSTEMS SECTIONREQUEST FOR PROPOSALSAN Hardware, Installation, and 3 Yr. Managed Service Contract1 SCOPENavajo Division of Social Services Management Information Systems (M.I.S.) Section is issuingthis “Request For Proposal” (RFP) to upgrade our current network infrastructure by addingStorage for scalability in our ever growing environment and ongoing Managed services to supportour virtualized Environment. This RFP seeks qualified potential vendors to provide SAN hardware,installation and Managed Services quotation to maintain our virtualized infrastructure. Thisdocument will serve as a basis for your response.SAN Hardware and Installation may include, but is not limited to: Dell EqualLogic SAN (48 TB SAS) Solution with Raid 10 capabilitiesRack Installation Components and cablingInstallation ServicesTechnical Support ServicesTrainingDocumentationManaged Services to include but is not limited to: Current 2 Years support 24/7/365 (Block Hours Per Year or Yearly Rate)80 Block Hours per year (include after hours and holiday differential pricing)Remote and Onsite Support (1-2 onsite visit(s) Per Year)Active Directory AdministrationVMWare 6.0 AdministrationClearPass AdministrationSAN administrationSystem Center Configuration Manager AdministrationEmail Exchange AdministrationSystem Administration TrainingIT Policy and Procedure DocumentationData Sharing DevelopmentSkype for Business 2015 AdministrationDell Appasure Administration (DR Site)Backup Recovery Administration (DR Site)Monitor Network (Network Health Checks)Sonic Wall Monitoring and AdministrationVOIP Telephony ServicesSharePoint AdministrationServer 2012, Server 2008 and Server 2003 AdministrationDocumentationEnvironment Topology:Dell M1000E Blade CenterPowerEdge M620 Blade ServerDell M8024k A-Fabric and B-FabricDell EqualLogic PS6110XV 14.4TBBrocade VDX Switches (10GE)Core RX-8 SwitchPower Outlets, Backup UPSStandard standing Racks 48UiSCSI NetworkVMWare VCenter VSphere 6.0Server (Legacy Server 2003, Server 2008, Server 2012 r2, Server 2016)2 Page

1.1 RFP Closing Date and Time:Closing DatePotential vendors must submit their bids no later than 5:00 PM MST Wednesday, April 12,2017. Potential vendors may choose to respond to one, many or all of the section(s) of the RFP.The vendor must submit a complete response for each selected section. The EvaluationCommittee will not consider incomplete offers.2 REQUIRED RESPONSE FORMATNDSS M.I.S. Section requires that all responding parties follow the following format:1. A "Letter of Transmittal" signed by the company officer approving the proposal and statingcompliance with the stated Terms and Conditions.2. Section 1— Vendor history and background.a. Diagram of team structure3. Section 2 — Brief description of Vendor expertise, products and services.4. Section 3 — Vendor's familiarity with working with recognized tribal government entities.5. Section 4 — Services Scope. For all proposed services, provide a clear scope of work.Services must include:a. SAN Implementation, Analysis, Design, Implementation and Test phaseprocedures with all documentation and specifications.b. Listing and scope of work for all the types of Managed Services that can beprovided.6.7.8.Section 5 — Provide answers to questions on Technical Response Elements Section.Section 6 – References. Provide performance references from other clients for similar work.Section 7 — Proposed cost and delivery. PLEASE INCLUDE THE FOLLOWING ON QUOTE:a. Description of items. Include MFG Part Numbers.b. Unit Pricec. Total Price (Quantity multiplied by Unit Price)d. Delivery (time-frame for delivery after order)e. Minor modifications in the solution specifications are allowed (Example:Specified model has been replaced by a newer model with the identicalminimum functionality and features, etc.). Vendor must clearly indicate anyminor modifications by adding a new row of spreadsheet immediatelyunderneath the old item and populate pricing and delivery fields on the newrow.f. The Grand Total at the bottom of Vendor's cost response must be accurate.g. Vendor must clearly indicate shipping and handling charges separately (ifapplicable) and add it to the Grand Total.h. Must include 5% Navajo Nation Tax2.1 RFP Response Format Requirements:All potential vendor responses must follow the format explained in this section. Failure tofollow the required response format may result in disqualification of the vendor'sresponse.3 EVALUATION OF PROPOSALSA committee of NDSS MIS, NN Department of Information Technology and administrativeStaff who are subject matter experts will evaluate all complete, responsive proposals. Thiscommittee will evaluate each proposal without regard to the potential vendor's marketshare; the number of different products and services in the potential vendor's proposal; andthe potential vendor's area(s) of operation. Successful proposals will provide the bestcombination of price, value and service in NDSS sole determination.The committee will: Award evaluation points for all proposals based on their adherence to technicaland administrative requirements3 Page

May ask for clarifications, demonstrations or presentations to inform thecommittee's decision-makingEvaluate the financial stability of prospective vendors and their subcontractorsEvaluate vendor performance via customer referrals and listed experiencesThe decisions of the Evaluation Committee is final.3.1 Product DemonstrationsAs part of the evaluation process, the Evaluation Committee reserves the right to ask for ademonstration of products and systems contained within a potential vendor's proposal to assessthe proposed technology.3.2 Evaluation CriteriaSubmitted proposals will go through an evaluation process. Proposals will be evaluated using thefollowing criteria, in order of their importance. Pricing carries the primary weight in proposal evaluation.At the same time NDSS Managers may be interested in various price-quality combinations. Therefore,we encourage vendors to respond with solutions that fulfill the technical requirements of the proposal,and also offer a variety of attractive price-quality combinations. Each element of the RFP will beevaluated. Consideration will be given to the proposals as follows:Evaluation CriteriaWeightCost Proposal35%Documentation, Diagrams and Repositories20%Vendors Response to the Technical Requirements20%Administrative Requirements, Vendor Profile, Customer References20%Vendor's presence in Navajo Nation5%TOTAL:100%4 INSTALLATION AND TRAINING SERVICESProvide installation for all equipment and software included as part of the guarantee the system is operational,interoperable with other system components, and performs as stated in manufacturer's literature. Duringonsite installation, it is required that NDSS MIS staff is present and involved with installation. Training isrequired during installation.4.1 Installation Materials: Supply all required installation parts and materials including, but not limited to, components cable,wire, connectors, and labor. Adhere completely to equipment manufacturer's standard installation recommendations Abide by all standard wiring and installation practices, and meet or exceed current industrystandards for these services Installation services require domain migration and user training.4.2 Equipment Verification:Demonstrate all system equipment and features are in excellent working order, free ofoperational defects and within acceptance limits determined by NDSS ManagementInformation Systems Section.4 Page

4.3 Documentation:Provide the following upon completion of installation: Complete equipment list Manufacturer's Technical Data sheets for each piece of equipment Owner's Manuals for all equipment and components Equipment Block Diagram of installed system equipment including a color schematic that identifiesdetailed connections to each piece of equipment provided in both hard copy and electronic format.The electronic format should permit allows editing by the Member. The potential vendor must identifythe software application needed to access the file. Network Diagrams IP Address Schemes Repository of all documents and Revisions. Regarding Technical assistance after installation, all documentation for troubleshooting and fixing anyissues after installation. Licensure, certification and support documentation. Must have start date and ending date of any ofthe listed items to prevent lapse of infrastructure.5 TECHNICAL RESPONSE ELEMENTSThis section contains questions regarding the technical elements of the Vendor response. Allrespondents are expected to complete the following questions in their response to Section 5.Based on the proposed solution, the completion of additional response sections may be required.5.1 Scope of Proposal (Required of all respondents)Indicate which of the following technical elements are included in your response to this RFP: HardwareSoftwareTraining and consulting services for Managed Ser

Skype for Business 2015 Administration Dell Appasure Administration (DR Site) Backup Recovery Administration (DR Site) Monitor Network (Network Health Checks) Sonic Wall Monitoring and Administration VOIP Telephony Services SharePoint Administration Server

Related Documents:

Bid/Proposal Title: Bid/Proposal Number: Indicate what part of the bid this form package is being submitted for: 1. Base Bid/Proposal Only: 2. Base Bid/Proposal with Alternates*: (List Alternate #s ) 3. Only Bid/Proposal Items*: (List Item #s ) *If you are only bidding on certain items or alternates on a bid/proposal, indicate the alternates

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

Aug 27, 2019 · SUBMISSION OF BID: a. Bids must be sealed in an envelope, and the outside of the envelope should be marked with the following information: 1. Marked with the words “Sealed Bid”. 2. Name of the firm submitting the Bid. 3. Title of the Bid. 4. Bid Number. 5. Bid Due Date. 6. Contact e-mail and telephone number. b. The bid must be submitted as .

3.3 A bid that contains any escalation clause is considered invalid. 3.4 Bidders shall include a Bid Bond or other approved bid security with the bid form submitted to the Owner when the bid form indicates such bid security is required. The bond value shall be 5% of the bid amount. The form of bond is shown in section 00 43 13.

pre-bid meeting will be held at the following place and time: All Vendors submitting a written bid must attend the mandatory pre-bid meeting. Failure to attend the mandatory pre-bid meeting shall result in disqualification of the Vendor's bid. No person attending the pre-bid meeting may represent more than one (1) Vendor.

10 tips och tricks för att lyckas med ert sap-projekt 20 SAPSANYTT 2/2015 De flesta projektledare känner säkert till Cobb’s paradox. Martin Cobb verkade som CIO för sekretariatet för Treasury Board of Canada 1995 då han ställde frågan

service i Norge och Finland drivs inom ramen för ett enskilt företag (NRK. 1 och Yleisradio), fin ns det i Sverige tre: Ett för tv (Sveriges Television , SVT ), ett för radio (Sveriges Radio , SR ) och ett för utbildnings program (Sveriges Utbildningsradio, UR, vilket till följd av sin begränsade storlek inte återfinns bland de 25 största

Hotell För hotell anges de tre klasserna A/B, C och D. Det betyder att den "normala" standarden C är acceptabel men att motiven för en högre standard är starka. Ljudklass C motsvarar de tidigare normkraven för hotell, ljudklass A/B motsvarar kraven för moderna hotell med hög standard och ljudklass D kan användas vid