Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
MODIFICATION

70 -- HIGH CAPACITY DISK ARRAY

Notice Date
10/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-11-10044
 
Response Due
11/15/2010
 
Archive Date
12/15/2010
 
Point of Contact
Kathleen Rechenberg, Phone: (513) 487-2853
 
E-Mail Address
rechenberg.kathleen@epa.gov
(rechenberg.kathleen@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis amendment is to change the point of contact for this procurement. The new Agency point of contact for this procurement is Ms. Kathleen Rechenberg. Her e-mail address is rechenberg.kathleen@epa.gov. NAICS Code: 423430. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) and is designated as full and open competition. The U.S. Environmental Protection Agency (EPA), Office of Research and Development,(ORD) National Exposure Research Laboratory in Research Triangle Park, NC, under the Simplified Acquisition Procedures (SAP), of the Federal Acquisition Regulations (FAR) Part 13, on a firm-fixed price basis, intends to procure a High Capacity Disk Storage Array (Satabeast SATA array brand name or equal) with a capacity of 152TB. This system will be used for storage of atmospheric data in support of the National Exposure Research Laboratory's Atmospheric Modeling and Analysis Division (AMAD). Offerors must provide sufficient documentation to illustrate their capabilities in meeting the required specifications as outlined below. A. MINIMUM GENERAL SPECIFICATIONS: The High Capacity Disk Storage Array will be used to store 152T of data used in AMAD?s modeling program. Models developed by AMAD are being used by EPA, NOAA, and the air pollution community in understanding and forecasting not only the magnitude of the air pollution problem but also in developing emission control policies and regulations for air quality improvements. AMAD applies air quality models to support key integrated, multidisciplinary science research. B. SPECIFICATIONS FOR HIGH CAPACITY DISK STORAGE ARRAYS: 1. First cabinet must have 84 TB in only 4u of rack space with quantity (42) 2 Terabyte 7200 RPM drives. Additional cabinet must be 4u in size and hold an additional 68 TB using quantity (34) 2 Terabyte 7200 RPM drives. Total capacity of both 4u cabinets must be 204Terabytes if both cabinets are fully populated. 2. Must have full enterprise class performance and reliability 3. Must have dual function Fibre Channel and iSCSI connectivity with wire-speed performance. Flexible, scalable and completely operating system independent. 4. Must have Internal Device Interface / Channels: Forty-two SATA/100 or 133 device channels in the main cabinet. 5. Must have External Host Interface / Channels: Dual 4Gb Fibre Channel SFP LC host ports per controller Dual iSCSI ports per controller; Single or Dual active/active controllers. 6. Must be a Enterprise Class RAID array, and can be easily re-purposed for otherapplications or solutions. Must have full enterprise class performance and reliability. 7. Must be Operating System and Platform independent, requires NO special drivers or software to be installed on your servers. 8. Provider must provides ALL the support for array, NO outsourcing of support. 9. Must supports all the RAID sets, including RAID 6 in Hardware for performance. 10. Must have RAID controllers that are High Performance Enterprise Class, Active-Active for Failover, or All-Ports, All-LUNS's for performance. Each drive in the array has its own active path to the controller. 11. Must have high performance RAID controllers, and must not have dual PCI-X Raid cards. 12. Must have intuitive Management GUI used for setting up the array and for Health Monitoring of the Array. Must support SNMP traps and is capable of sending warning messages of critical status. Must monitor blower speeds and report blowers that are beginning to deteriorate, long before they fail. 13. Must have all the FCC, UL, and CE certifications. 14. Must provide true hot swap, hot plug, engineering design. All mission-critical components including RAID controllers, host connections, drives, fans and power supplies must be hot-swappable and completely redundant. 15. Must provide hot swap capability if a drive fails, if a controller fails, if a power supply fails, you do NOT have to go down, or re-boot upon replacement. 16. Must provide a GUI that is scalable. This means that you can manage multiple arrays through one "pane of glass" or management window. You don't have to log out of one, and into another. 17. Must provide LUN masking for Data Security. 18. Must performs continuous background integrity scans to ensure drive health and data accessibility. Each controller must feature full cache coherency to maintain data integrity even in the event of a power loss. 19. Must have possibility of over 1100 MB/s sustained throughput with fibre channel. C. DATA PROCESSING AND INTERPRETATION NONED. ADDITIONAL SPECIFICATIONS GENERAL REQUIREMENTS 20. Must employ green technology (including spinning up and down disk drives) with consolidation and de-duplication technologies to reduce the carbon footprint of the storage array. Must employ energy saving technology to greatly reduce power consumption and operating costs. 21. Warranties: Must have 3 Year Advance Exchange Warranty with Remote Technical Phone Support E. TECHNICAL EVALUATION FACTORS: The Government will award a Fixed Price contractual vehicle resulting from this RFQ to the responsible offeror whose quote conforms to the minimum specifications and is most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate an offerors: demonstrated qualifications of the High Capacity Disk Storage Array, past performance, and price. This requirement will be evaluated on a Best Value basis. Offerors shall provide information to demonstrate/substantiate that its quote meets the requirement outlined in the minimum specifications. Offerors shall provide: 1. DEMONSTRATED QUALIFICATIONS: Offeror shall provide a detailed documentation outlining the technical capabilities of the High Capacity Disk Storage Array in accordance with the minimum specifications. 2. PAST PERFORMANCE: Provide demonstrated performance during the last three years on contracts/purchase orders which are similar to this requirement. The Government will consider the following areas under past performance: (1) quality of products or service, (2) cost control, (3) timeliness of performance, (4) business relations. The offeror shall provide reference information for at least three projects completed or currently ongoing, which are similar to this requirement. The name, phone number, and e-mail address for the customer's primary technical contact point (project officer) shall be provided. PRICE: Provide a firm-fixed price quote in accordance with the attached specifications F. ADDITIONAL FACTORS 52.211-6 Brand Name or Equal. http://terafuel.com/content/gov/far/Subpart 11_1.html - wp1087947Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal"products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by - (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. A copy of the specifications (Adobe Acrobat pdf) can be emailed to offerors who request a copy from the POC rechenberg.kathleen@epa.gov or 513-487-2853. The following provisions of FAR apply: (The full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far): 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (complete Online Representations and Certifications Application (ORCA)http://orca.bpn.gov), and FAR 52.212-4 Contract Terms and Conditions - Commercial Items, apply to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a quote, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The quote shall include a breakdown of the total price that includes shipping, installation, acceptance testing, warranties, and training. All quotes received in response to this posting will be evaluated based on Best Value. Delivery will be within 60 days of award of purchase order. Shipping will be to: US EPA, National Exposure Research Laboratory, 4930 Old Page Road, Durham, NC 27703. Quotes are due 15:00 PM, EDT, November 15, 2010. Submit quote via email to: rechenberg.kathleen@epa.gov and to walter.gary@epa.gov with subject line: "High Capacity Disk Storage Array, PR-CI-11-10044". Telephone requests for information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-11-10044/listing.html)
 
Place of Performance
Address: US EPA, NERL 4930 Old Page Road Bethesda, NC
Zip Code: 27703
 
Record
SN02316153-W 20101027/101025233801-71b975dbc834ac93718de991d1b8b71a (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.