SOLICITATION NOTICE
70 -- ISCSI STORAGE AREA NETWORK (SAN)
- Notice Date
- 6/13/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
- ZIP Code
- 23703-2199
- Solicitation Number
- Reference-Number-DTCG4403QND03065
- Response Due
- 6/30/2003
- Archive Date
- 7/15/2003
- Point of Contact
- Carrie Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018, - Carrie Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018,
- E-Mail Address
-
CHouck@C2Cen.uscg.mil, CHouck@C2Cen.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. The solicitation is issued as a Request for Quotation (RFQ) number DTCG4403QND03065. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This acquisition is a 100% set-aside for small business. The North American Industry Classification System (NAICS) is 334112; the size standard is 1000 employees. The items are to be delivered to US Coast Guard, Command and Control Engineering center, Portsmouth, VA 23703. Award will be evaluated on Technical Capability; Past Performance and Price. The items and quantities are: (2) each SIS3500-SC-S (Stonefly Networks) or equal and (2) each Rack Mount Kits. The specifications for the Integrated IP SAN system are as follows: (iSCSI) STORAGE AREA NETWORK (SAN) SPECIFICATIONS As part of the USCG?s implementation of the Differential Global Positioning System?s (DGPS) Nationwide Control Station (NCS) system, an iSCSI based storage area network (SAN) will be purchased. The SAN suite as specified below consists of an iSCSI standard based storage engine and a separate storage appliance. ? Two (2) SAN suites will be ordered. SAN: ? Each SAN suite shall be rack mountable in an industry standard 19? rack. ? Shall have a separate storage engine ? Shall have a separate storage appliance Storage Engine: ? 1 U height ? Shall be TCP/IP v4 compatible ? Shall comply with the latest iSCSI specification. ? Shall have iSCSI router and iSCSI bridge capability. ? Shall have redundant hard disks for system O/S. ? Shall be fully interoperable with ASA-7211C iSCSI Card. ? Shall be fully interoperable with industry leading storage arrays. ? Shall have an HTML/WEB based management interface. ? Shall support block-level storage interface. ? Shall support volume sizes of a minimum of 1GB. ? Shall support a minimum of 128 sessions. ? Shall work with any vendor?s parallel SCSI storage device. ? Shall work with any vendors Fibre Channel storage devices. ? Shall have Access Control List (ACL) ability. ? Shall have dual hot pluggable power supplies (110 VAC, 60Hz) ? Shall have a minimum warranty of one year. Storage Appliance: ? 3U or less rack height ? Shall have a minimum raw storage capacity of 3.5TB ? Shall support at a minimum RAID 5, RAID 4, and RAID 0 configurations. ? Shall have hardware based RAID controller with a minimum of 128MB cache memory. ? Shall support single or multiple hot spare drives. ? Shall have a minimum of two Ultra 160 (or 320) SCSI interfaces. ? Shall have dual hot pluggable supplies (110 VAC, 60Hz) ? Shall have a minimum warranty of two years. Prices are to be FOB DESTINATION. The provisions at 52.212-1 Instructions to Offers Commercial and 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Clause 52.212-5 Contract Terms and conditions Required to Implement statues or Executive Orders ? Commercial Items, applies to this acquisition and a statement regarding which, if any of the additional FAR clauses cited in the clause are applicable to the acquisition, including the following FAR clauses incorporated by reference: 52.225-3 Items (Jan 1999)(1) The government will award a contract resulting from this solicitation to the responsible bidder whose quote con forming to the solicitation will be most advantageous to the Government, price and other factors considered. Availability will be a factor of consideration. Procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g., on company letter head, formal quote form, etc. but must include the following information: (1) company complete mailing and remittance address; (2) Dun & Bradstreet number (DUNS); (3) taxpayer ID number (TIN); (4) Representations and Certifications and (5) Catalog or literature showing that the offered items meet all the above requirements. Responses to this solicitation may be faxed to C. Houck (757) 686-4018, mailed to Contracting Officer, USG C2CEN, 4000 Coast Guard Blvd., Portsmouth, VA 23703. Quotes are due 30 June 2003. Numbered Note 1 Applies.
- Place of Performance
- Address: 4000 Coast Guard Blvd, Portsmouth, VA
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN00346637-W 20030615/030613213112 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |