Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

60 -- Microsoft Exchange SAN STorage System - Brand-Name or Equal - See complete description of the requirement below.

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0733
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
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 acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0733. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-14. The associated North America Industry Classification System (NAICS) Code 423430 and the Business Size Standard is 100. This requirement is 100% Set Aside for Small Businesses.. The Government contemplates award of Firm-Fixed Price contract. Description of Requirements: 1) 2400-MHZ Controller Node  X Series IN SERV S800  2 EA; 2) 2048MB Data Cache  2x1024 DIMMS  16 EA; 3) 4-Port Fibre Channel Adapter  24 EA; 4) INSERV S800 X-Series Base Configuration  1 EA; 5) Drive Chassis  40 Disk, 2 GB  4 EA; 6) 4x300GB Drive Magazine, 10 K RPM 2GB  32 EA; 7) 4x500GB Drive Magazine (FC Nearline 2GB)  8 EA; 8) 10M Fiber Cable 62.5/125 (LC-LC)  48 EA; 9) 2M Fiber Cable 62.5/125 (LC-LC)  8 EA; 10) Inform Suite S800  4 x 300GB Magazine LTU  32 EA; 11) Inform Suite S800  4 x 500GB NL Magazine LTU  8 EA; 12) Dynamic Optimization S800  4 x 300GB Magazine LTU  32 EA; 13) Dynamic Optimization S800  4 x 500GB NL Magazine LTU  8 EA; 14) Thin Provisioning (1 TB License)  10 EA; 15) Installation and Setup 4 Nodes  1 EA; 16) 3PAR Advantage, price per node for 4, 6, and 8 nodes  4 EA; 17) 3PAR MPO for MS Windows SW Maint (11 + Hosts)  3 EA; 18) Dynamic Optimization SW Maint, Price per Node for 4, 6, 8 nodes  4 EA. This solicitation is for Brand-Name or Equal products as described by FAR 52.211-6. The proposed storage device must have the following salient characteristics: " Create any size volume from 256 MBs to 2 TBs within 15 seconds either from a JAVA based GUI or an SSH command line " Mount any volume to a server in the fabric within 15 seconds " Using fine grained virtualization each volume should be automatically load balanced across all storage processors and all disk drives during creation without preplanning and removing the requirement for the APG DOIM to do capacity planning or performance management " Support volume creation templates that define Quality of Service to include: dynamic/non-disruptive RAID conversion; degree of resource utilization  massively parallel or finely restricted use of processors, drives and/or ports; radial placement  dat a placement on inner or outer tracks of disk platters; drive type  high performance or high capacity enterprise-class FC drives or economical FATA-class drives. " Ability to create hundreds of read only snapshots on any given volume and at least 15 writable snapshots on any given volume. Snapshots should incorporate copy on write technology in order to maximize disk space efficiency. Must also support snapsh ots of snapshots for data warehouse/mart applications. " Volume creation must also support a dedicate on write or thin provision capability with an easy and flexible physical quota management system in addition to the traditional dedicate on allocation volume creation. The APG DOIM intends to over-provi sion volumes and use quota management to dramatically reduce the administrative burden of managing storage in a dynamic application environment. For example, if the APG DOIM develops a new application and estimates a requirement for ten 100 GB volumes the agency intends to provide ten 2 TB thin provision volumes to the host with a storage device quota set of 100 GBs for each. The storage device will only dedicate storage to the application when writes occur. Therefore, if the application only writes 1 50 GBs of data over the life of the project then 850 GBs would not be wasted as compared to traditional volumes. More importantly, if the application far exceeds expected capacity a simple c hange in the storage device quota for these volumes allows the organization to expand capacity without the current onerous demands to involve storage administrators, system administrators, DBAs, and application developers. Thin Provision volumes should h ave the same ease of use and automatic load balancing characteristics mentioned above for volume creation. Therefore, the proposed storage system must be self contained and capable of: " Provide 99.999% availability across the entire system including any scheduled or unscheduled downtime. " All cache should be mirrored. Cache should be both battery protected and in the event of a catastrophic power failure the batteries should support cache being written to disk before shutting down the storage processors. Mirrored data should therefore b e on different disks. Battery metrics should be tested regularly and replaced when necessary in order to provide the above. Data Replication In order to keep data replication as reliable, simple and efficient as possible the APG DOIM would like proposed system to include the following: " Enable replication technology to be configured with just a few simple commands for ease of use, quick implementation, and pain-free maintenance. " Replication technology should be transport agnostic, enabling data to be transferred using different protocols over different networks. Minimally the system should provide the ability to replicate IP over Ethernet. The conversion of fibre channel to IP s hould be accomplished natively within the storage system. There should be no additional external converters or extenders needed. " Provide the ability to replicate ONLY data that has been physically written to disk and not replicate allocated but unused storage space. " Provide the ability to replicate storage systems either point-to-point or many-to-one offering a choice between a distributed and a centralized consolidated disaster recovery strategy The solution should provide SQL and Exchange aware snapshot capability. This capability must integrate with the storage system snapshots and enable non-disruptive backup to tape or quick recovery of a database. The Exchange capability should also enable a single mailbox restoration. Training The proposed system should not require any advanced training. Any and all training should be performed on-site and should not exceed 8 hours for any device configured up to 300 TBs in size. The intention is for the APG DOIM to dramatically reduce the bu rden of storage management through the acquisition of a new storage platform. If the complexity of the vendors architecture requires advanced customer off-site training the vendor will be determined to be non-compliant. Delivery shall be made to Aberdeen Proving Ground, MD, 21005. The following clauses will be incorporated by referrence: 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.21 1-6 Brand Name or Equal, 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone-Depleting Substances, 52.247-34 FOB Destination. The provision at 52.212-1 Instruction to Offerors Commercial applies to this acquisition. The provision at 52.212-2, Evaluation of Commercial Items is applicable to this acquisition. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The G overnment is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and certification with its offer. The clause at 52.212-5, Contract terms and Conditions required to implement statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-19 Child Labor Cooperation With Authorities and Remedies, FAR 52.2 22-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilit ies, FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (May 1999). DFAR clau se Contract Terms and Conditions required to Implement Statutues or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.2 25-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand and Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR ref erences may be accessed electronically at this address: http://farsite.hill.af.mil . Quotations must be signed, dated and received by 12:00 PM NOON EST Tuesday, 04 September 2007 via fax at 410-306-3829 or email to robin.donovan@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central C ontractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Robin Donovan, Contract Speciali st, via email at robin.donovan@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01389316-W 20070831/070829221645 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.