Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
MODIFICATION

70 -- High-Performance Solid-State Storage Array - Amendment 4

Notice Date
9/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(EB)-2013-245-JES
 
Archive Date
10/4/2013
 
Point of Contact
Jennifer Swift, Phone: 3014350358, Marianne DiSomma, Phone: 301-435-0369
 
E-Mail Address
Jennifer.Swift@nih.gov, marianne.disomma@nih.gov
(Jennifer.Swift@nih.gov, marianne.disomma@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 4 to the solicitation Description: Acquisition of a High-Performance Solid-State Storage Array (i) "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." (ii) Solicitation number NHLBI-CSB-(EB)-2013-245-JES is issued as a request for proposal (RFP). (iii) The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1000 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. (v) Contract line item number(s): TBD (vi) Specifications: • Need 12TB of shared SSD storage (not host-based SSD). • Array must be tuned for virtual desktop (VDI) operations (4k block size). • Throughput - Must support 3.5GBps throughput using RAID5, 4KB block size. • Latency - Must sustain less than 250 microseconds of latency. • IOPS - Must be able to sustain 450,000 4k random write-IOPS. • Array must not require agents for host or guest systems. • Must be VAAI compliant. • Must have API for full array management. • Must have vCenter plug-in. • Must allow for adding capacity without service interruption. • Must be fully fault tolerant for all components and support online replacement. • Must have proactive health-checks to detect uneven drive wear and provide pro-active replacement of drives approaching low health. • Must include "cold spare" replacement drive kit, and replenish kit after use. • Must have 24/7/365 support and 4 hour on-site response (see delivery location below). • Support service must include provision for repeated on-site engineer visits (see delivery location below) to assure proper setup and configuration. • Support service must include provision to replace drives that are deemed defective due to mechanical or firmware, at no additional cost to NIBIB. • Must have native support for "multipathing I/O". • Must increase performance in a near-linear fashion. (In other words, when capacity is increased, an equal upgrade of performance must accompany the added capacity.) • Must include a single management interface of the full scalability of the storage system (at least 360TBs). • Must provide GUI interface that provides performance monitoring, advanced auto support, role assignment and role-based management, management tools for mirroring, replication, license management, snapshot management, and similar functions. • Multiple Protocol/Multiple Tenant - Must include support for Fibre Channel, iSCSI, and Infiniband uplinks on the same array simultaneously. Each connection port must be able to be assigned to a specific LUN(s). • Replication - In addition to built-in array to array replication, the array must be able to replicate to dis-similar storage. • Write/Read Performance - Since our Windows VMs are expected to have a Write-intensive data profile, the storage must be able to support 80% writes without issue. • Array must include technology aimed at lowering solid-state drive wear, and extending usable drive life. This technology includes wear-level algorithms and those aiming to avoid repeated block erase/re-writes and continuous repacking. SUPPORTING DOCUMENTATION WHICH PROVIDES THE SPECIFICATIONS FOR THE EQUIPMENT BEING PROPOSED, MUST BE PROVIDED WITH EVERY PROPOSAL SO THE PROPOSAL CAN BE PROPERLY EVALUATED TO DETERMINE IF IT MEETS THE AGENCY'S NEEDS. IF ANY ADDITIONAL EQUIPMENT IS REQUIRED FOR THE OPERATION OF THE EQUIPMENT PROPOSED, THE REQUIRED EQUIPMENT WILL NEED TO BE INCLUDED IN THE QUOTE AND SUPPORTING DOCUMENTATION. (vii) Delivery Date: Within 45 days upon receipt of award to National Institute of Biomedical Imaging and Bioengineering (NIBIB), 6707 Democracy Blvd, Suite 200, Bethesda, MD 20817. (viii) Include the following: FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (ix) FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate proposals based on the following evaluation criteria: Mandatory Criteria: • 12TB of shared SSD storage. • Capable of sustaining 450,000 IOPS (4k random writes). • Capable of sustaining 250 or less microseconds latency. • Supports at least 3.5GBps throughput using RAID5, 4KB block size. • Does not require agents for host or guest systems. • Must be VAAI compliant with API for full array management and vCenter plug-in. • Allow adding capacity without service interruption. • Be fully fault tolerant for all components and support online replacement. • Native support for "multipathing I/O". • Capacity increases add performance in a near-linear fashion. • Single management interface of the full scalability of the storage system. • GUI interface that provides performance monitoring, advanced auto support, role assignment and role-based management, management tools for mirroring, replication, license management, snapshot management, and similar functions. • Support for Fibre Channel, iSCSI, and Infiniband uplinks on the same array simultaneously. • Supports Fibre Channel, iSCSI, and Infiniband at no additional cost. • Allows for replication to dis-similar storage. • Supports 80% writes without issue. Mandatory Technical Support Criteria (30pts) • 24/7/365 support and 4 hour on-site response. • Proactive health-checks to detect uneven drive wear and provide replacement of drives approaching low health. • Includes "cold spare" replacement drive kit, and replenish kit after use. • Support includes repeated on-site engineer visits to assure proper setup and configuration at no additional cost. • Support service includes provision to replace drives that are deemed defective due to mechanical or firmware issues, at no cost. • Additional support or training provisions at no additional cost. Additional Criteria: • Has the higher number of sustained write-IOPS and throughput using RAID5 w/ 4KB block size. (40 pts) • Has the lowest sustained latency. (20 pts) • Has the most comprehensive support program. (30 pts) • Easiest for IT staff to service and replace parts without requiring vendor technician visit. (10 pts) • Fits solution into a minimal footprint (4-6U) in a data rack. (25 pts) • Minimal power requirements. (25 pts.) (x) In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.sam.gov. If paragraph (j) of the provision applies, a written submission is required. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First‐Tier Subcontract Awards (AUG 2012) (Pub.L. 109‐282)(31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (Applies to contracts over $30,000). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the Offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19. U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, and 110-138 and Pub. L. 112-41). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (xiii) Any vendor terms and conditions must be submitted with a quote in order to be considered. (xiv) All offerors shall electronically submit, a quotation addressing the following items to Contract Specialist Jennifer Swift at Jennifer.Swift@nih.gov by 3:30pm Eastern Daylight Time (EDT) September 19, 2013: The quotation must reference the RFP No. NHLBI-CSB-(EB)-2013-245-JES. All responsible offerors may submit a quotation, which if timely received, shall be considered by the agency. Offerors must complete annual representations and certifications on-line at http://www.sam.gov. If paragraph (j) of the provision applies, a written submission is required. (refer to item (x) above). Quotations can be emailed to the Contracting Specialist, Jennifer Swift at jennifer.swift@nih.gov. Faxed proposals will NOT be accepted. (xv) Offerors' quotations shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(EB)-2013-245-JES/listing.html)
 
Place of Performance
Address: National Institute of Biomedical Imaging and Bioengineering (NIBIB), 6707 Democracy Blvd, Suite 200, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN03191043-W 20130919/130917235538-85dc7e9a030b95e41774c9bc9b1a1aa5 (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.