Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

70 -- TEST FLOOR VIRTUAL ENVIROMENT

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 761st Tank Battalion Ave,, FORT HOOD, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CMJ923332010
 
Response Due
9/22/2009
 
Archive Date
3/21/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45CMJ923332010 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100.00 employees. This requirement is a [ Total HUB-Zone ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-22 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, SEVER CLUSTER: The server cluster must provide a compatible virtual environment to the fielded solutions. It must have adequate memory, available storage density, storage I/O capacity, and network I/O capacity to conduct up to 100 simultaneous "booted and running" virtual machines. The cluster must be able to add, on the fly, capacity to enable up to 300 simultaneous "booted and running" virtual machines. CPU core/VMware license density is a priority, therefore the hex-core procesor is required to maximize CPU cores per socket-license. CPU must offer virtualzation extentions to improve virtual machine to CPU core density. This means implementation of RVI (AMD 24xx or 84xx) or EPT (Intel 55xx). This is the first of six clusters, where each cluster will be assigned to a single test floor. Since capacity demands on each floor varies significantly, servers must be implemented as generic compute engines in a blade chassis configuration. These blades must not depend on boot disks internal to the blade, but rather external boot LUNs assigned to the slot in the blade chassis itself. Each blade must be able to be detached from the cluster, shut down from a running state, and removed from the chassis within 4 minutes. Each blade must be able to be installed in a blade chassis, booted to a functioning state, and join the cluster within 6 minutes. Current best practices indicate planning factors of 2.5 virtual machine instances per CPU core with 1.5GB memory per virtual machine. Based on these planning factors, the system must initially contain eight total CPU sockets, regardless of CPU's/blade (ie, 2 x four socket blades, or 4 x two socket blades). Each socket must have six or more functional (physical or virtual) CPU cores. According to these planning factors, each CPU socket must have 22.5GB of memory (24GB rounded up) available. Three year, next day, hardware support is required, 1, EA; LI 002, STORAGE ARRY: The storage solution must be scalable from an initial minimum raw capacity of 14TB (useable), up to a maximum of 40TB to 50TB (usable). To control costs, SATA-II disks are acceptable although they must be augmented by SSD flash acceleration for both read and write operations. The solution must support single LUN exports to NFSv4 and CIFS clients. Must seamlessly integrate with an AD domain with strict adherance to Windows and UNIX (VMware vSphere) access controls (ACLs). For longevity and scalability, the solution must be flexible about media fabrics (both controllers, interfaces, and protocols), with redundant controllers (future addition), four gigabit ethernet interfaces (option for more ports as needed), dual 10 gigabit ethernet (now), fiber channel (now), and Infiniband (future). Network interfaces must support 802.1Q trunking and 802.3AD channeling. Solution must provide (future addtion) offline media (such as tape) and long-haul replication to a peer system at a remote DR site. Three year, next day, hardware support is required. Need to have 3 year on site maintenance,, 1, EA; LI 003, DESKTOP VIRTUAL SERVER: The server initially manage 10 hosted desktops on thin clients, with future capability for expansion to include up to 50 desktops. Thin clients include CAC integration and routing of Windows based desktops to a thin client desktop unit (DTU). Thin clients must support mobile sessions allowing users' desktops to move from one DTU to another. Must be a x64 server, dvd+/-RW drive, 146 GB or higher SAS hard drive, 8 port internal SAS Raid Host Bus adapter, Raid0/1/1e/10/5/5ee/50/6/60, w 256MB memory, 24 hour backup battery, Hot swappable AC power, AMD 2.4 GHz processor, Multithreaded 10GbE Adaphter for rack server, 10 GbE short reach XFP transeiver for use with XAUI adapter, Slide rail kits to mount server, 3 year NBD on site maintenance, 1, EA; LI 004, THIN CLIENT SOFTWARE: The thin clients' sessions are managed on the Virtual Desktop Server (section 1.4) and must be of a type compatible with the servers' environment. The VDI software provides an interface between the desktop units (DTU's), the server managing the DTU's, and desktop environments hosted as virtual guests. Virtual desktop Infrastructure 3 soft ware liense with media kit., 25, EA; LI 005, INSTALLATION AND INTEGRATION: Required, personnel with deep understanding of virtual machine operations and the impact on network and storage subsystems. Required, experience deploying hosted desktop solutions using thin clients and virtual console connection brokers.Integrate cabling to support rack mount, Integrate rack mount environment, Install qand congiguration of VMware ESX and VDI thin clients,, 1, EA; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. This solicitation has been amended to:(1).(2).(3). Etc.All other terms and conditions remain the same. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com. Proposed responders must submit any questions concerning this solicitation before 19 SEP09, 13OO EST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 days after submission. FOB Destination CONUS (CONtinental U.S.) NAICS Code 423430 must be on Contractor's CCR before a bid can be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK15/W45CMJ923332010/listing.html)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN01958867-W 20090919/090918000001-75c6cd4ca8c16ab81931a27e7f38ead8 (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.