RFP


[PDF]Bid 14-47 Backup & Recovery Solution 1 BID/RFP...

6 downloads 197 Views 226KB Size

3301 N Mulford Road, Rockford, IL 61114-5699 (815)921-7821 Toll-free (800)973-7821 www.rockvalleycollege.edu

BID/RFP NUMBER: #14-47 Michael Papp Director of Business Services Rock Valley College 3301 N Mulford Road Rockford IL 61114 ALL BID/RFP PACKAGES MUST BE RETURNED IN A SEALED ENVELOPE WITH THE BID/RFP NUMBER ON THE LOWER LEFT HAND CORNER OF THE ENVELOPE.

DATE: January 12, 2015 TIME: 11:00 A.M. Prevailing Time BID/RFP DESCRIPTION: Backup and Recovery Solution

Bid Opening 11:05 A.M. Support Services Building, Room 1309 YOUR COMPANY NAME:

ADDRESS:

CONTACT PERSON: TELEPHONE:

Bid 14-47 Backup & Recovery Solution

1

STANDARD INSTRUCTIONS TO RESPONDENTS 1.

All proposals must be made using these proposal forms. Only information requested in the specifications may be added. No other additions, deletions, or other alterations to the proposal forms may be made by the vendor, except as specifically addressed elsewhere in the specifications.

2.

Sign and return the original proposal document; retain a duplicate for your files. Unsigned proposals will not be considered for award.

3.

Give complete specifications for any substitutions or alternates offered.

4.

Rock Valley College (the “Owner”) is not subject to Federal Excise Tax or Illinois Retailers Occupational Tax. Exemption Certificates shall be furnished upon request. Owner’s Tax Exempt Number is: E9992-3459-05.

5.

Prices submitted as part of your proposal shall include all charges for packing, transportation, and delivery to the College, Rockford, Illinois.

6.

All correspondence regarding these proposal documents must be addressed to the Director of Business Services. Return correspondence, if any, from the Owner shall be in the form of addenda.

7.

Return proposals, properly executed, in an envelope marked with the proposal opening, time and date. Seal and deliver the properly executed proposal to the Director of Business Services on or before the time set for the opening. No proposals will be accepted after the time designated in the request for bids/proposals, regardless of the reason given for the delay in delivery of same. Proposals received after the stated time of the opening shall be returned unopened.

8.

Proposals shall be available for inspection in the office of the Director of Business Services after award of order (s) or contract (s).

9.

The Owner, in its sole and exclusive discretion, reserves the right to waive any informality and to reject any or all proposals.

10.

All proposals must be submitted without modification or reservations on the accompanying schedule of items and proposal forms, with each space properly executed.

11.

It is understood that the Vendor must respond in strict accordance with the specifications and schedule and no substitutions may be made unless so indicated in the proposal specifications as received from the College.

12.

Special attention is directed to Vendors that no claim for relief due to errors or omissions in the proposal shall be considered. Vendors shall be held strictly to the proposals as submitted. Should there be any patent discrepancies or ambiguities in, or omissions from, any of the documents, the Vendor shall promptly advise the Director of Business Services who shall issue the necessary clarifications to all prospective Respondents by means of an addendum. Vendors shall not be required to discover or advise of latent errors, omissions, or ambiguities in the specification documents.

13.

Manufacturers’ trade names are used in the specifications for the express purpose of establishing a standard of quality and coordination of design, not for the purpose of limiting competition.

Bid 14-47 Backup & Recovery Solution

2

14.

Any fees, legal or otherwise, involved in the successful delivery of this proposal shall be borne by the Respondent.

ALTERNATIVES Alternatives shall not be considered unless they are a standard item of manufacturer as evidenced by literature, catalogs, etc. Alternates proposed must be qualified and approved PRIOR to the date of the proposal opening by the Director of Business Services. PREPARATION OF PROPOSAL The Respondent must submit a proposal as outlined below. All blank spaces on proposal forms must be filled in. Authorized signature must be the individual owner of a proprietorship, a general partner of a partnership, or signed in the name of a corporation by an officer whose title shall be stated. Proposals shall be sealed in an envelope and marked as required in the instructions. The proposal is contained in these documents and must remain attached hereto when submitted. INVESTIGATION OF RESPONDENTS The Director of Business Services shall make such investigation as is necessary to determine ability and qualifications of the Respondent to perform the contemplated work. The Respondent shall furnish all such information and data for this purpose as may be requested and shall be prepared to show completed installations of equipment or projects similar to that included in this Request for Proposal. The Director of Business Services reserves the right to reject any proposal, if evidence in the hands of said Director indicates to said Director that the Respondent is not properly qualified to carry out the obligations as described in the proposal documents. RESERVATION OF RIGHTS BY OWNER The Owner reserves the right to reject any or all proposals, to waive irregularities and to accept that proposal which is considered to be in the best interest of the College. Any such decision shall be considered final and not subject to review. Accepted proposals are subject to execution of a written contract between the Respondent and the Owner. All such contracts are contingent upon approval by the Board of Trustees of Community College District No. 511. SIGNATURE CONSTITUTES ACCEPTANCE Signatures of Respondents to these proposal documents shall be construed as acceptance of all items of proposal and specification. EQUAL OPPORTUNITY EMPLOYMENT/AFFIRMATIVE ACTION Rock Valley College is an Equal Opportunity/Affirmative Action Employer. In the event of the contractor’s noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Fair Employment Practice Act, or the Fair Employment Practices College’s Rules and Regulations for Public contracts, the contractor may be declared non-responsible and therefore

Bid 14-47 Backup & Recovery Solution

3

ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporation and the contract may be cancelled or avoided in whole, or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. WITHDRAWAL OF PROPOSALS Any Respondent may withdraw his proposal at any time prior to the time specified in the advertisement as the closing time for the receipt of proposals by signing a request therefore. However, no Respondent shall withdraw or cancel his proposal for a period of one hundred twenty (120) calendar days after said advertised closing time for the receipt of proposals: the successful Respondent shall not withdraw or cancel their proposal after having been notified by the Director Business Services that said proposal has been accepted by the Board of Trustees. PERIOD OF FIRM BID/PROPOSAL Proposals shall be considered to be firm for a period of one hundred twenty (120) days from the date of the proposal opening. TOXIC SUBSTANCES Where applicable, all Respondents shall comply with the TOXIC SUBSTANCE DISCLOSURE TO EMPLOYEES ACT, of the State of Illinois (P. A 83-240), effective January 1, 1984 and provide MATERIAL SAFETY DATA SHEETS as requested. OSHA CODES Respondents shall comply with all OSHA codes.

Bid 14-47 Backup & Recovery Solution

4

MINIMUM INSURANCE REQUIREMENTS The undersigned Contractor/Vendor or User of College Campus Facilities shall purchase and maintain the following insurance coverages with carriers with a Bests Financial Rating not less than A, XII to which Rock Valley College has no reasonable objection. A Contractor/Vendor or User shall furnish a certificate of insurance to Rock Valley College prior to the commencement of any work covered by this contract or purchase order, as evidence that all requirements of this addendum have been complied with. The certificate shall also contain a provision that the coverages afforded under the policies required shall not be cancelled or allowed to expire unless 60 days prior written notice has been given to Rock Valley College. Failure on the part of the Contractor/Vendor or User to maintain coverage as required shall constitute a default and entitle Rock Valley College, at its sole option, to either terminate the contract or procure replacement coverage and offset the cost against any money due the Contractor/Vendor or User. Coverages, whether written on occurrence or claims made, shall be maintained without interruption from the date of commencement of work/event until the date of final payment and termination of any coverage to be maintained after final payment. 1. WORKERS COMPENSATION/EMPLOYERS LIABILITY: • $500,000 per accident • $500,000 disease, policy limit • $500,000 disease, each • The policy will be endorsed showing a waiver of right of recovery form #WC000313 or equivalent in favor of Rock Valley College. 2. COMMERCIAL GENERAL LIABILITY: Coverage shall include premises operations, independent contractors, contractual liability, products and completed operations including broad form property damage, covering bodily injury and property damage for limits as shown below. Products and completed operations liability shall be maintained for two years after completion of the work performed under this Contract of Purchase Order. • $1,000,000 each occurrence • $2,000,000 general aggregate • Policy shall be properly endorsed to show Rock Valley College as an Additional Insured. • The policy shall also contain form #GL2503 showing the aggregate limits apply per project or GL2504 showing that the aggregate limit applies per location. 3. COMMERCIAL AUTOMOBILE LIABILITY: Coverage shall be written to include all owned, non‐owned, and hired automobiles covering bodily injury and property damage, including uninsured and underinsured motorists coverage for limits as shown below. • $1,000,000 combined single limit each occurrence OR • $1,000,000 bodily per person, per occurrence and property damage per occurrence 4. UMBRELLA LIABILITY: The policy shall cover excess of Employers Liability, General Liability, and Automobile Liability with underlying limits as shown in A, B, and C and shall also name Rock Valley College as an ADDITIONAL INSURED for the following limits. • $1,000,000 each occurrence • $1,000,000 general aggregate

Bid 14-47 Backup & Recovery Solution

5

5. PROFESSIONAL LIABILITY: Should this contract provide for Professional services, such as, but not limited to, Athletic Trainers, Sports Medicine, Counseling, Dental, Medical, Psychological, and Contractors, the vendor shall purchase and maintain Professional Liability coverage for the services to be rendered for limits not less than: • $1,000,000 per claim or occurrence, $3,000,000 aggregate • The vendor shall furnish Rock Valley College a certificate of insurance as evidence of coverage, in addition to those coverages as required in paragraphs, A, B, and C. 6. ENVIRONMENTAL LIABILITY COVERAGE: Should this Contract provide for services in connection with the removal, or disposal of hazardous wastes the Contractor/Vendor or User shall furnish proof of Environmental Liability coverage showing the following limits: • $5,000,000 each incident o $5,000,000 general aggregate • The policy shall name Rock Valley College as an ADDITIONAL INSURED. • The policy shall be endorsed showing that aggregate limits apply per project or location. Should any of the above policies be written on a claims‐ made basis the policy date or retroactive date shall predate the contract. The Additional Insured provisions as contained in paragraphs 2, 4, and 5 shall be maintained for a period of not less than five years after the ex piration and or nonrenewal of this Contract.The termination date of the policy or applicable extended reporti ng period shall be no earlier than the termination date of coverages required to be maintained as shown above. INDEMNIFICATION: The Contractor/Vendor or User shall indemnify and hold harmless Rock Valley College as Board of Trustees, Representatives, Employees and Agents from any claims, demands or liabilities, including attorney's fees arising out of the performance of this contract and/or purchase order including, but not limited to, claims arising out of or related to environmental protection matters related to the disposal (including method thereof) of garbage, trash, refuse or other material generated by Rock Valley College and transported by or disposed of by Contractor/Vendor or User pursuant to this Contract; or arising out of or related to Contractor's/Vendor's or User's choice of site or sites for disposal. I have read and understand this addendum. CONTRACTOR/VENDOR/USER Authorized Representative

Bid 14-47 Backup & Recovery Solution

6

GENERAL Rock Valley College is requesting proposals from qualified firms or individuals to provide a Backup and Recovery Solution. The focus of this RFP is to provide the necessary informational requirements such that a qualified respondent (“Respondent”) can propose a solution that meets the criteria. SCOPE OF WORK Project Overview The successful vendor (the “Vendor”) will be expected to provide all of the needed equipment, consultation, installation, service, maintenance and training to implement the Backup/Recovery Solution presented in this RFP. The College’s desire is for the Backup/Recovery Solution implementation to be completed and invoiced by June 15, 2015. A tentative schedule is included in this RFP. Backup/Recovery Solution Implementation The Vendor will be expected to utilize the information presented in this RFP and submit a proposal(s) that may include variations of hardware and software where allowed but that meets all requirements specified and yet will fulfill future expectations as articulated in this RFP. This includes all hardware, software and licensing required for implementing the Backup/Recovery Solution proposed. Actual implementation will involve consultation, installation, knowledge transfer, training, and migration to the Backup/Recovery Solution in as seamless a manner as possible. Full documentation of the project is to be included in the deliverables by the successful Vendor. Documentation is to include a fully annotated diagram and associated detail of equipment utilized in compliance to the scope of this RFP. Consultation The Vendor shall assign a project leader and associated support personnel for this project such that communication between the Vendor and the College is simplified and expedient. The Vendor will be expected to consult with the College regarding all aspects of the Backup/Recovery Solution to mutually arrive at a final design that all parties agree is best. The College reserves the right to request a new consultant if services cannot be communicated and understood clearly and effectively or it becomes apparent that the assigned consultant is lacking expertise and/or knowledge in performing the requested services. The College understands that as a result of these consultations the Backup/Recovery Solution may change in order to accommodate or integrate some unforeseen aspects, such as newer technology, that were not articulated in the original Backup/Recovery Solution proposal, or that have emerged as a need since the original Backup/Recovery Solution proposal. Service and Maintenance The costs for installation, service, maintenance, and support must include support from the successful Vendor and from the equipment manufacturer. Further, the College expects the costs for installation, service, maintenance, and support to be included in any submission for all hardware and software proposed. The Vendor must include a service and maintenance proposal for all of the equipment included. Maintenance and support costs for all of the hardware and software proposed should include three and five-year options and include the following: • • • •

Next Business Day equipment replacement hardware maintenance Pricing options for 8x7; 12x7; 24x7 (Central Time) technical support Annual software maintenance/license/subscription costs for a period of 5 years, as well as a total cost for those 5 years Costs for uploading, storage, recovery, usage costs, and other costs not explicitly stated

Bid 14-47 Backup & Recovery Solution

7

Training The proposed cost must include knowledge transfer and basic training. For the purposes of this RFP please assume that by the end of the implementation: • • • •

The operations staff should be able to perform daily backups and system recovery. The system support staff should be able to support the backup systems with the assistance of the support available from the support contract. Knowledge transfer should be part of the implementation process. Operational proficiency with the Backup/Recovery Solution should be that such that external support assistance is used only for difficult problem resolutions or complex tasks.

Additional training options for operations and system support should be listed and priced but should not be part of the project costs. Acceptance Milestones: 1) An initial proof of concept will be required and must be accepted by the College before full implementation work is started. 2) After the Backup/Recovery Solution has been completely and successfully implemented based on the statement of work, a two-week test period will start. This test period will be used by the College to evaluate the installed Backup/Recovery Solution. If during the test period, the Backup/Recovery Solution experiences no failures and functions according to the requirements of the RFP, as determined by the College’s Chief Information Officer, the Backup/Recovery Solution shall be considered accepted by the College. After the Backup/Recovery Solution has been accepted by the College, the Vendor should submit an invoice for the Backup/Recovery Solution. A valid invoice must be submitted by June 15, 2015. EQUIPMENT AND SERVICES PURCHASE The College shall not be liable for additional charges that are not stated in the proposal as part of the Backup/Recovery Solution cost. All charges for additional hardware, software, labor, professional services, overtime, training, travel, shipping, any other components and/or service, and post-install support shall be included in the proposed Backup/Recovery Solution cost. Identify and describe all initial purchase costs of your solution including software, licensing and hardware costs, implementation, and any other initial purchase costs. Also provide all recurring annual costs for maintenance, licensing and support. The College will consider acting as the purchasing agent for equipment if academic pricing on the equipment only becomes available to us in this manner. Please note in your response if there is improved pricing for the College directly purchasing any of the proposed equipment in your solution. INFRASTRUCTURE CONNECTIVITY The College infrastructure connectivity is illustrated in the diagram provided in Appendix – A: Infrastructure Connectivity Diagram, of this RFP.

Bid 14-47 Backup & Recovery Solution

8

BACKGROUND INFORMATION The College currently utilizes HP Data Protector Version 9.1. This system has served the College for almost 15 years. However, due to the increase in the number and complexity of systems requiring backup, the increase in the volume of data and our business continuity and disaster recovery needs, the College is seeking to update the Backup/Recovery Solution. The current backup system is made up of: Two Data Protector Cell Managers • Unix 11.31 with one Unix client • Windows 2012 with 90+ Windows client o Including Exchange (1) and SQL (6) o Virtualization – VmWare & HyperV (desired) • 1 site Tape Library – Quantum Scalar i6k • 4 drives (LTO-3, LTO-5, LTO-6) • 250 slots

The operations staff deploys the Data Protector client, creates the backup specification, and defines the backup schedule for each new server\filesystem. Once the server\filesystem is included in the backup schedule, the Technicians monitor the success of each backup. Daily, the technicians will physically handle tapes to meet RVC’s off-site policies. Data Protector’s Internal Database manages the tape rotation and retention as well as the granular file recovery. (Note: The Backup/Recovery Solution proposed may use existing tape library but must not use the existing SAN as backup target storage.)

BACKUP/RECOVERY SOLUTION SPECIFICATIONS An attempt has been made in this RFP to provide enough information and detail to afford the respondent ample information to submit a successful proposal for review and consideration by the College. However there are areas in this RFP where exacting detail has not been given to allow flexibility from the Respondent. It will be the responsibility of each Respondent to substantiate particular solution choices in the response to this RFP and during the interview process if selected as a finalist. Respondents may

Bid 14-47 Backup & Recovery Solution

9

submit more than one proposal if they feel that requirements can be met with different combinations of elements. However, any Respondent submitting more than one response to this RFP must articulate the differences between the solutions presented. Overview The desire of the College is to implement a Backup/Recovery Solution to meet our current and future needs with: (1) fast backups; (2) fast recovery; (3) ease of use and support; and (4) supports business continuity/disaster recovery. The current Disaster Recovery plans call for a secondary unit at one of our off-site buildings located approximately 7 miles from the main campus. If during a disaster, the backup location will become the temporary data center. Part of the plan includes building virtual servers from the latest backups. This will provide the college with temporary system functionality as we resolve problems and recover our systems. The proposed Backup/Recovery Solution(s) should be viable and useable for the College for a period of at least five (5) years. As we transition Backup/Recovery systems, provision must be made to accommodate the backup and data protection of existing back-up system until no longer needed. Current Backup/Recovery Statistics and Methodology Data type breakdown: ~ 80% Files , ~ 20% Database Estimated annual data growth rate: ~ 20% FULL back-up size: ~ 10 TB FY15 project size increase: an additional ~10 TB by June 2015 TOTAL SIZE by June 2015: ~20TB FULL back-up time: ~ 18 hours/including concurrent backups FULL back-up frequency: Daily FULL back-up retention: see chart below (location) INCREMENTAL SQL back-up size: ~ >1 TB INCREMENTAL SQL back-up time: ~ 1 hour INCREMENTAL back-up frequency: Daily (2x) INCREMENTAL back-up retention: ~ see chart below

Bid 14-47 Backup & Recovery Solution

10

Inventory of Current Servers, Platforms, and Applications VMware and HyperV Physical Hosts: VMware 3.5 “hosts” servers: 4 VMware 4.0 B “hosts” Servers 2 Hyper-V Win 2012 “hosts” Servers 3 Virtual servers: 95 Physical servers: 40 Windows 2003, 2008, 2008r2, 2012 Linux: CentOS, Debian, Redhat Exchange 2010 SQL 2005, 2008, 2012 Oracle 9, 10, 11 General Requirements 1. Virtual Server Backup 2. Physical/Standalone Server Backup 3. General 4. Restore/recovery 5. Centralized Operations Management 6. Replication / Disaster Recovery 7. Database Backup 8. Unneeded Capabilities 9. Backup “methodology” 10. Preferred 11. Future (Note: The Backup/Recovery Solution proposed may use existing tape library but must not use the existing SAN as backup target storage.) Specific Requirements 1. Virtual Server Backup a. VMWare ver. 4.0 (note: this is the version of Vcenter) b. HyperV ver. 2012 c. At the VM level and the machine (client) level 2. Physical/Standalone Server Backup a. Support for remaining physical/standalone server backups b. Support to backup locally attached storage 3. General a. Deduplication and compression b. Multiple OS support including but not limited to Windows 7+, Windows Server through 2012/2013, including 2012, HP 1131 (AKA 11i v3), Linux, Sun Solaris c. Encryption d. Ability to complete full and partial backups during working hours without impacting system performance

Bid 14-47 Backup & Recovery Solution

11

e. Ability to restore full and partial backups during working hours without impacting system performance f. Must interface with current tape system and read/write to the legacy tapes from the Scalar library (Scalar i6K library w/ 5 drives (LTO3, LTO5, LT06) 250 slots) g. Ease of use including automated operational processes 4. Restore/recovery a. Capable of virtual-to-physical and physical-to-virtual recovery of servers b. Able to back up and restore system state c. Able to do bare metal recovery d. Able to do dissimilar hardware recovery e. Must allow granular recovery down to individual files f. Able to handle parallel restores to different machines g. Ability to recover a virtual machine in minutes if required h. Ability to recover files within minutes if required i. Ability to redirect recovered files to other locations, on both the original host and other hosts 5. Centralized Operations Management a. Single platform/application to manage/monitor operations b. Notification options for success or failure of operations c. Report generation on operations, status, history, etc. 6. Replication / Disaster recovery a. Able to mirror to one or more offsite locations b. Band width control for duplicating to second location c. Reference Appendix – A: Infrastructure Connectivity Diagram 7. Database Backup a. Ability to natively backup and restore Microsoft SQL versions 2XXX and newer b. Ability to natively backup and restore Oracle versions 9 and newer (opt) c. Ability to backup and restore other database platforms such as PostgreSQL, MySQL, etc. 8. Unneeded Capabilities a. Archiving/vaulting for data retention is NOT needed 9. Desired Backup “Methodology” a. Full backups: see chart in Overview b. Incremental backups: see chart in Overview c. Acceptable system downtime: ~ 24 hours; critical exceptions 48 hour d. Acceptable data loss: ~ 12 hours; critical exceptions 24 hour e. Given the parameters of the current backup status stated above, the solution must accommodate and maintain online in the backup target storage at a minimum 28 days’ worth of backups. Provision for longer retention of backups on a rotation schedule should be accommodated (see chart). f. Ideally the solution would facilitate whatever backup strategy is chosen without manual intervention and allow backup jobs to be retained on backup target storage with data deduplication, data compression, and other technologies to meet defined retention policies. g. Data Center 1 should be primary and Data Center 2 should be secondary. Replication (secondary) site should assume primary role if the primary site is unavailable. h. Mechanism to “fail back” to the primary once available again – automatic preferred

Bid 14-47 Backup & Recovery Solution

12

10. Preferred a. Fault tolerant (if applicable) a. Redundant power supplies – with two separate power connections b. Redundant Ethernet connections; copper, option for fiber b. Unit-to-unit transfer speeds - 100Mb to 10Gb/sec c. Short rack vs. deep rack form-factor d. Able to interface with proprietary appliances through agent or agentless methods e. Able to create a virtual machine on the appliance for fast recovery while the main server is down f. Non-agent recovery and backup 11. Future a. Back-up/recover AppV, VDS b. Remote device back-ups (laptops, mobile) SELECTION CRITERIA The successful Vendor will be selected based on the following criteria: ● Purchase and annual costs ● Equipment proposed ● Solution performance ● Vendor Solution ● Vendor experience ● Vendor’s ability for implementation ● Service and support ● Inclusion of all requested items ● Solution flexibility ● Ease of operational use and system support ● Responses from references ● Interviews where appropriate SELECTION PROCESS AND SCHEDULE Each proposal received will be reviewed in accordance with the criteria stated above; one or more Respondents (finalists) will be selected for further consideration. Those selected as finalists will be interviewed (remote available) and allowed to present detailed information regarding their submission. Information Technology staff will then develop an agreement with the top-ranking finalist and will present the Agreement to the RVC Board of Trustees for approval to proceed. If the College and the topranking finalist cannot agree on terms of an Agreement, the College will begin negotiations with the nextranked finalist. An award is made after Board approval and on execution of the written Agreement by all parties. The following schedule is tentative and the College reserves the right to change the schedule at any time. • • • • • • • • • •

12/12/14 – Post RFP for the Backup/Recovery Solution 01/12/15 – Last day for accepting responses to the RFP 01/16/15 – Finalists announced 01/20/15 – 01/23/15 – Interviews with finalists (remote interview available) 01/23/15 – Results presented to Board Finance Committee 02/24/15 – Purchase Report to Board Of Trustees 02/25/15 – Award Agreement to the successful Vendor 03/09/15 – Begin implementation process (NLT) 05/01/15 – Complete implementation 05/04/15 – Begin test period of implemented solution

Bid 14-47 Backup & Recovery Solution

13

PROPOSAL REQUIREMENTS Each proposal submitted should be in the following format: • The technical response in Microsoft Word format or PDF • Pricing spreadsheets in Microsoft Excel format or PDF • Network diagrams in Microsoft Visio, PowerPoint, JPEG, or GIF • Supporting literature and documentation in Microsoft Word or PDF The proposal MUST include the following Sections arranged in the following order: Section A: Respondent Information



• • •

Cover letter containing the name and address of the proposing firm, and the contact individual(s) authorized to answer creative, technical, price, and contract questions. Include contact individuals’ telephone and fax numbers, and email addresses. The cover letter must be signed by a person or persons authorized to bind the firm. Overview of the firm’s history, organization, principal areas of practice and capacity to perform the services outlined. Resume and qualifications of the key staff that will provide the services requested in this RFP. Financial/Legal - Please submit the following information: o Banking and insurance references (include name, titles, and phone number). o A listing and brief description of all legal action for the past three years in which the team (or any team member) has been: a debtor in bankruptcy; or a defendant in a lawsuit for deficient performance under a contract; or a defendant in an administrative action for the deficient performance on a project; or a defendant in any criminal action.

Section B: Technical and Backup/Recovery Solution Detail – This Section is to contain a complete list of all elements that comprise the proposed Backup/Recovery Solution(s) including hardware, software, features, training, maintenance, “overview” literature, a brief written technical response describing and supporting the proposal(s) submitted, and other supporting documentation considered critical by the Respondent to articulate the proposal’s merits. Include daily maintenance requirements and alert and monitoring capabilities. For each piece of hardware, software, hardware feature, and software feature the Respondent should clearly indicate the following: •

Hardware: o Manufacturer o Model Name/number o Total and usable storage space o Speed (RPM) of drives, if applicable o Number and types of network ports o RAID levels supported o Maintenance costs, initial and yearly



Software: o Publisher o Name of program o Version

Bid 14-47 Backup & Recovery Solution

14

o o •

Licensing costs, initial and yearly Number of concurrent users

Software features: o Which licenses are included? o Costs for optional licenses for future needs? o Browser-based or stand-alone client? o Remote client installation ability? o Clientless capability?

Training, installation, maintenance, and service do not have to be quoted by SKU, but pricing information must clearly distinguish between training, travel, installation services, and ongoing maintenance. For ongoing maintenance, each proposal must describe the level of service being offered to include response time, hours of availability, and any limitations on the availability of phone support or on-site engineers. Itemize pricing for consulting/design, hardware and software separate from implementation, documentation, travel and training. This is to support splitting the project to two phases in the event that the total project will cross over to our next fiscal year. Section C: Diagram(s) – This Section is to contain complete printed diagram(s) of the Respondent’s proposed Backup/Recovery Solution and supporting diagram(s) if and where necessary. The diagram(s) should clearly indicate where and how the Backup/Recovery Solution will “fit” in relation to servers, clients, and storage. Section D: Experience and References – This Section is to describe two (2) of the Respondent’s past engagements (projects) which were similar to this project in terms of size and scope. The description is to include the name of the client, the address of the client, the name, title and telephone number for a contact person, an explanation of the engagement, the size of the organization in terms of number of employees, the timeframe for the project, the number of Respondent staff involved in the project and their responsibilities. Section E: Vendor’s Role - This Section is to include an explanation of the work that the Vendor will do on this project and the work that the Respondent will expect the College to do, based on the information presented in the Scope of Work in this RFP. It is understood that the work of the Vendor will be finalized at the time an Agreement is developed. The purpose of this Section is to obtain a general idea of how the Respondent will approach this project based on the information presented in this RFP. Section F: Special Considerations – Please describe any special features, advantages, or characteristics of your proposal that have not been addressed above, and that make it particularly advantageous for the College to select your Backup/Recovery Solution. This may include features of particular equipment proposed that set it apart from competitors as well as perhaps business practices of the manufacturer that also set it apart from the competition. Section G: Supporting Materials – This Section should include specific and supportive information as to how and why a particular element(s) of the Backup/Recovery Solution is superior to others or will best meet the current and future needs of the College. This might include lab tests, comparative studies, white papers, real-world applications, etc.

Bid 14-47 Backup & Recovery Solution

15

EXCEPTIONS Please list ALL exceptions your company makes to the requirements specified in this RFP in this Section. Exceptions noted in the body of your proposal MUST be repeated in this Section. Include any features that will not operate as specified, in addition to other exceptions you may have.

Bid 14-47 Backup & Recovery Solution

16

Rock Valley College RFP NUMBER 14-47

Backup/Recovery Solution

_______________________________________________________________________________ Name of Individual/Partnership/Corporation/Company/Entity

_________________________________________________________________________________ Name of Preparer (print) Title

_________________________________________________________________________________ Signature Date

_________________________________________________________________________________ Attesting Signature (Required) Title

_________________________________________________________________________________ Business Address

_________________________________________________________________________________ City State Zip

_________________________________________________________________________________ Telephone Number FAX Number

_________________________________________________________________________________ E-mail Address of Preparer

_________________________________________________________________________________ Federal Employee Identification Number (FEIN)

Notice: Rubber-stamped or typed signatures will disqualify your proposal.

Bid 14-47 Backup & Recovery Solution

17

Appendix – A: Infrastructure Connectivity Diagram

Bid 14-47 Backup & Recovery Solution

18