SOURCES SOUGHT
54 -- Small Business Sources Sought -- Modular Data Centers
- Notice Date
- 5/14/2014
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA14I0024
- Archive Date
- 6/11/2014
- Point of Contact
- Steven G. Haines, Phone: 7038756746
- E-Mail Address
-
hainessg@state.gov
(hainessg@state.gov)
- Small Business Set-Aside
- N/A
- Description
- MODULAR DATA CENTER SOLUTIONS PURPOSE This is a U.S. Department of State (DOS) Sources Sought/Request for Information only. Contractors are requested to read the information below and respond accordingly. The responses from this notice may be used as market research to determine an acquisition strategy for a future procurement action. The purpose of this Sources Sought notice is to survey the vendor community for POTENTIAL SMALL BUSINESS SOURCES who can provide a container-based private cloud solution described below. The responses received (or lack thereof) in response to this notice may be used as a partial basis for the Contracting Officer's determination as to the appropriateness or inappropriateness of a small business or other socio-economic set-aside under a subsequent solicitation. LARGE BUSINESS REPONSES ARE NOT REQUESTED AND WILL NOT BE REVIEWED. THE DOS IS ALREADY AWARE OF LARGE BUSINESS SOURCES. THE PURPOSE OF THIS RFI IS TO IDENTIFY SMALL BUSINESS SOURCES, IF ANY. PARTICIPATION IN THIS REQUEST FOR INFORMATION IS VOLUNTARY, AND NO COMPENSATION WILL BE PROVIDED. ALL QUESTIONS AND RESPONSES SHOULD BE SUBMITTED IN WRITING VIA EMAIL TO HAINESSG@STATE.GOV. THIS IS NOT A REQUEST FOR PROPOSAL; THIS IS FOR INFORMATIONAL/MARKET RESEARCH PURPOSES ONLY. NO AWARD WILL BE MADE ON THE BASIS OF RESPONSES RECEIVED TO THIS NOTICE. RESPONSE FORMAT Responses should be in the form of a capabilities statement and should specifically discuss solutions to the technical objectives below. Responses must should include direct and relevant descriptions of prior work performed in the three solution categories: 1) Container; 2) IT for Private Cloud; and 3) Provisioning, installation, and commissioning. Responses must be submitted electronically, formatted in Microsoft Word (any version). Margins must be 1" on all sides, to print on 8 1/2" x 11" paper. Typeface must be Times New Roman, 12 point font. Responses should be specific to the request below. Responses may not exceed five (5) pages, excluding only the technical specification sheets. Respondents are requested to keep marketing materials and non-specific information to a minimum. No responses shall be accepted via U.S. Mail or Fax. RESPONSE CONTENT Responses should be concise, yet detailed, and include the Contractor's capabilities statement and specific commercial products that the respondent could deploy to fulfill the requirement if a solicitation were to be issued. Responses should indicate what product (brand, model#, etc) the respondent suggests to meet such requirements, and should include published technical specification sheets for the items suggested. Respondents are encouraged to include in their response any questions or additional information that they would require prior to submitting a quote, in the event that a solicitation is issued. No pricing information is requested at this time - respondents must not include any cost information. Response must identify company name, address, point of contact, DUNS number, CAGE code, and applicable socio-economic and small business size(s) for NAICS Code 332311. Response must state whether the respondent is the manufacturer of the suggested solution, and if not, response must provide the name and address of the manufacturer of the suggested solution (this is for small business verification purposes relating to the non-manufacturer rule, see FAR 19.102(f)). Response must state whether or not the respondent has its Modular Data Center solution (including all components) available on an existing GSA Federal Supply Schedule or Governmentwide Acquisition Contract (GWAC), and if so, provide the contract number. BACKGROUND The Department of State (DOS) Information Management Resource (IRM) Enterprise Server Operations Center (ESOC) provides the centralized domestic enterprise data center infrastructure to house critical applications and data for the Department of State. The ESOC mission includes the following: •Enterprise Data Center Operations and Maintenance - Provide 24x365 operations and maintenance of the ESOC Data Centers. •Data Center Consolidation - Further consolidating DOS-wide IT infrastructure, including sites, systems, servers, data, applications, and staff where appropriate. •Provide High Availability / Disaster Recovery (HA/DR) services for an enterprise HA/DR solution at the application level. There are currently multiple core data centers located in the contiguous United States (CONUS). Two of the Department's larger Tier III data centers provide colocation, co-managed, hosted, and managed data center services. One of the Tier III facilities is a government-owned facility; the other is currently hosted in a commercial facility. DOS is seeking to transition from the commercial facility into a government-owned campus at the Beltsville Information Management Center (BIMC), Beltsville, MD upon expiration of the commercial colocation contract in Fiscal Year (FY) 2017. ESOC currently employs a VMWare-based virtual machine environment and respondents should take that into account when suggesting solutions. OBJECTIVE DOS is seeking to implement a "private cloud" model, implementing the first instance as a new container-based BIMC solution. This solution will break from the traditional, virtualized data center, and will form the foundation for a redesigned data center environment of the DOS to provide a true "private cloud" offering. Major characteristics of the target "cloud in a box" solution include: •Virtual private data centers. •Distributed administration. •On-demand end user provisioning and charge-back. •Rapid scalability. •Pre-configured VM types (e.g., app server, DB server, network simulator, etc). •Designed using best practice VM to PM ratios (e.g., 24 to 1). •"Green" operational characteristics and efficiencies. •Increased security. The private cloud solution for BIMC shall adhere to industry standards and best practices for container-based private cloud systems. The target environment will support the existing workload of the current environment in a number of configurations: •Development - including environments and services to enable system owners to promote applications from development to testing environments •Testing - including "virtual labs" that can be quickly established and user "operated" and the ability for system owners to promote applications into production environments •Production - including performance-based sizing, automatic failover as required, and 24x7x365 operational support A container-based private cloud in a box solution is defined as a standardized and self-contained data center unit that can be assembled at a contractor site and subsequently delivered to the customer's ultimate location, to enable the Department to consolidate servers into an efficient and flexible data center infrastructure. Respondent shall describe the modular data centers it can provide, providing specific details about products is has on the market, including integrated IT and ancillary services. Respondent shall provide citations of experience deploying these solutions (e.g. contract numbers, quantifies, explanation of configurations deployed, names of federal agencies or commercial companies for whom the respondent has successfully deployed the solutions). Suggested solutions must clearly, succinctly, and fully address contractor capabilities and past experience examples addressing all of the major characteristics (above), configurations (above) and key solution areas (below): •Modular (Container-based) Data Center - technical specification sheets should be included with the response to address the following: oTotal Rack Space expressed in "U" oTotal power available in container based on 2N configuration and expressed in Kw oPhysical dimensions including: interior, exterior, and height to include all equipment oRequired external feeds such as power, water, cooling oAny integrated capabilities such as cooling o"Green" capabilities and certifications as appropriate •IT Equipment (populated and operational in the container) - technical specification sheets should be included with the response to address the following: oBrand, model number, suggested options oProcessing capabilities expressed in CPU Core Count oDisk Storage performance expressed in iOPS oGeneral high-level design of solution •All necessary configuration, installation, start-up, and commissioning services - narrative should address all aspects; technical specification sheets can only be used for this area if they directly address any industry standards used to execute these services. ASSUMPTIONS AND CONSTRAINTS Respondent shall assume the following when responding to this RFI: •Modular Data Center oCommon Hot Aisle access for racks oCapacity around 44 x 50U racks oCooling capacity up to 1,265W 2N oPower capacity up to 1,152kW 2N oAverage 26kW 2N o480v 3P power (to DX) o415v 3P power (to IT Modules) oUp to 24 air handlers oUp to Tier IV capability oEnvironment Control System oEasy service access to power and A/C units oCapability to pre-integrate and test IT equipment prior to shipment oAbility to support IT equipment from multiple vendors oSite prep will be handle by the Government •IT Cloud Solution oRepresentative solutions must adhere to FEDRAMP requirements for cloud services oPrivate Cloud processing environment consisting of 5000 virtual machines with an average of: o4 vCPU o20GB vRAM o100GB vDisk o2 vNIC @ 500Mbps oPrivate Cloud storage environment consisting of 4PetaBytes of useable SAN either FCoE or iSCSI/NFS o100% Virtual to Physical Mapping for virtual CPU to Physical CPU-Core, RAM, and NIC Gbps o10GB Networking infrastructure oDeduplication and replication to secondary site or sites oAny other assumptions should be clearly identified in the RFI response QUESTIONS Questions must be submitted by email to HainesSG@state.gov such that they are received at that electronic address no later than May 20, 2014. Answers to questions that are timely received will be aggregated and attached to this FedBizOpps notice prior to the closing date/time of this notice. All communications regarding this RFI shall be directed to Steven Haines, Contracting Officer, U.S. Department of State, at the contact information listed in this posting. RESPONSE SUBMISSION Responses must be submitted as MS Word or Adobe pdf, as attachments to an email to HainesSG@state.gov such that they are received at that electronic address no later than the closing date/time of this posting. All communications regarding this RFI shall be directed to Steven Haines, Contracting Officer, U.S. Department of State, at the contact information listed in this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14I0024/listing.html)
- Record
- SN03365721-W 20140516/140514234356-89c257cdfed5494eccb42efd7cabb85f (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 |