Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOURCES SOUGHT

70 -- Blade Workstation and Server

Notice Date
12/6/2007
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-0010229176
 
Response Due
12/14/2007
 
Archive Date
12/29/2007
 
Point of Contact
Mary Orwig, Contract Specialist, Phone (301) 995-8112, Fax (301) 995-8342, - Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670
 
E-Mail Address
mary.orwig@navy.mil, josephine.scully@navy.mil
 
Description
Sources Sought Synopsis - The Department of the Navy, Naval Air Systems Command, Aircraft Division, Special Communications Requirements (SCR) Division (Code 4.5.11) is seeking sources for a Blade Workstation and Server that must be configured as follows: single rack mounted blade chassis and must accommodate a minimum of 8 blades (workstation or server, server may take up two blade locations if required), each blade must use/have a connection to send the Keyboard, Video, Mouse (KVM) signals as well as USB and sound to the individual ?dummy? terminals (user ports) at the desktop, must support a virtualization configuration (minimum of 4 users per blade) that can be accessed through the network as well as a single user per blade without virtualization for the workstation blades connected from the chassis directly to the desktop terminal, management software must be provided to manage the blade for configuration, troubleshooting, and system monitoring for all of the blades from a single location, the software must manage configuration, assignment, security, repair, and restoration for each blade remotely, must provide health and status, must report inventory, blade access, and other alerts, the software must have blade switching, and dynamic allocation of users/groups to blades with virtualization; must provide support for a Microsoft Active Directory and Exchange environment, must provide hot spares support within the chassis to switch users in case of failure or problems with another blade, all units must provide a 99.9% availability rate at the desktop; the chassis with blades installed must not exceed 3RU in height, a width of standard 19 inch rack, a depth of 30 inches, and a weight of 100lbs, must have a user port that does not exceed 2 inches in height, 10 inches in width, and 8 inches deep; the workstation blade must have a CPU with minimum specifications of 1.86 Core 2 Duo w/ 2MB cache or 3.6GHz w/ 2MB cache Pentium 4, a minimum storage of 76 GB HDD SATA II, RAM of 4GB, Dual 10/100Mb/s network adapters, USB 2.0 port access on the front of the blade, power supply with universal input (100-240VAC), and must support hardware remote control, software remote control, desktop visualization, and Microsoft vista; the server blade must have a CPU with minimum specifications of Dual 3.2GHz Xeon processors, storage of minimum dual 76GB with hardware RAID, RAM of 2GB ECC minimum, Registered, Dual 10/100/1000Mb/s network adapters, USB 2.0 port access on the front of the blade, power supply with universal input (100-240VAC), and must support hardware remote control, software remote control, desktop visualization, and Microsoft Vista; the chassis must have a rack mount kit for installation, high-flow exhaust fans located in the rear, dual power supplies with universal input 100-240VAC and automatic transfer, 50-60Hz input, and an environment of 0-35◦C; the user port must have connections of VGA or DVI, PS/2 (x2), USB (x2), audio in, audio out, and chassis connection port (chassis must be able to be located a minimum of 150 ft. from user port); equipment will require a 3 year warranty for the repair of replacement of malfunctioning or broken equipment; training will be needed for at least 6 individuals on the equipment and should include installation, configuration, support, and troubleshooting; a Unique Identification (UID) number is required on all equipment with a unit cost greater than $5K. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP). It is a market research tool being utilized to determine the availability and adequacy of potential sources prior to determining the method of acquisition. Interested parties are requested to submit a capabilities statement of no more than 5 pages in length, and demonstrate their ability to provide the requirements listed above. It is highly encouraged that capability statements be submitted electronically to the designated Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following email address: Mary.orwig@navy.mil. Alternatively, the capability statement may be sent by mail to the following address: Department of the Navy, Contracts Group, NAWCAD, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, attn: Mary Jean Orwig. The information may be faxed to (301)995-8670, attn: Mary Jean Orwig, Code 2.5.1.2.3.3. The Government is not committed nor obligated to pay for the information provided and no basis for claims against the Government shall arise as a result of a response to this Sources Sought or Government use of such information. The deadline for response to this request is 14 December 2007, 1400 EST.
 
Place of Performance
Address: Villa Road, St. Inigoes MD
Zip Code: 20684-0010
Country: UNITED STATES
 
Record
SN01465293-W 20071208/071206230455 (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.