Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
MODIFICATION

70 -- Oracle Unix Bind DNS Server

Notice Date
7/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Social Security Administration, Office of Budget, Finance, Quality and Management, Office of Acquisition and Grants, 1540 Robert M. Ball Building, 6401 Security Boulevard, Baltimore, Maryland, 21235, United States
 
ZIP Code
21235
 
Solicitation Number
SSA-RFQ-14-1555
 
Point of Contact
Madeline R. Bryant, Phone: 4109659464
 
E-Mail Address
Madeline.Bryant@ssa.gov
(Madeline.Bryant@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information In accordance with FAR 10.001(a)(2), the Social Security Administration (SSA) is conducting market research to identify vendors capable of providing a T4-1 enterprise server platform which will be responsible for supporting critical network DNS and network services for SSANET. There are two reasons why SSA is performing market research to evaluate alternative products to meet this requirement: 1.) SSA is currently in the planning phase of upgrading its BIND DNS infrastructure servers based on its four-year systems lifecycle from Solaris 10 to Solaris 11 to ensure its systems have the most up to date operating systems and patch levels. 2.) The current BIND DNS infrastructure is approaching the end of the warranty period and will need to be replaced prior to warranty expiration. Failure to upgrade these critical systems in a timely manner has the potential to cause security vulnerabilities, degradated service or outages due to hardware failure. Any responding vendors must be able to offer a server platform, which meets or exceeds the following requirements: Equipment Requirements Provide a highly scalable secure and integrated environment optimized for enterprise software in a 2U T4-1series enterprise class design with the following specifications: • SPARC T4-1 server: base with 1 SPARC T4 8-core 2.85GHz processor (for factory installation) • 4 X 8 GB DDR3-1066 registered DIMMS (per server) (for factory installation) • 5 X 300 GB 10000 rpm 2.5-inch SAS-2 HDD (per server) (for factory installation) • 1 X Sun Storage 6 Gb SAS PCIe RAID HBA, Internal: 8 port and 512 MB cache (per server) (for factory installation) • 1 X StorageTek 8 Gb Fibre Channel PCIe HBA dual port Emulex (per server) (for factory installation) • Power cord: North America and Asia, 2.5 meters,5-15P plug, C13 connector, 15 A (for factory installation) • Solaris and VM Server for SPARC preinstall (for factory installation) • SAS cable kit for installation of internal RAID card (for factory installation) • DDR3 Memory DIMM Filler Panels • Filler panel for disk drives (for factory installation) • Solaris 11.1 Media Pack • Provide integrated Lights Out Management (iLOM) remote management with Browser based GUI and remote SSH 2.0 compatible console access. Technical Support • Technical support services should be provided for software and hardware issues 24/7, available via both phone support and an internet web based portal or support system. • Provide full Oracle Solaris 10 and 11 guaranteed binary compatibility and support for legacy applications. • Provide 24/7 hardware system technical support, expert technical support, proactive support tools and software updates and patches, including firmware updates. • Maintain a 24/7 two-hour on-site hardware service SLA for replacement & installation of hardware parts. Delivery Delivery of all hardware components should be delivered no later then thirty (30) days after a contract has been awarded. Any delay in delivery must be communicated to the government. ***This is not a solicitation announcement for proposals.*** The Government will not award a contract from this announcement nor reimburse vendors for any costs associated with providing information in response to this announcement or any follow-up information requests. The Government will not accept any telephone calls requesting a bid package or solicitation since there is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement; the Government will not provide a technical point of contact. In addition, the Government will not make appointments for presentations. This is a request for planning purposes only, not a commitment by the Government. Detailed responses to the above requirements (with substantiating documentation) are required. We will not consider simple marketing information or incomplete responses. We will not consider references to vendor web sites or capability statements as a valid response. Respondents should indicate whether their services are available on GSA FSS or SEWP. Interested sources that believe they have the ability to perform the solution and services required MUST submit responses via email (compatible with MS Office 2003) to Madeline.Bryant@ssa.gov no later than August 1, 2014 by 5:00 pm. Please reference SSA-14-1555 in the subject line. Faxed information will not be considered. The file size limitation for e-mail attachments is 5 megabytes. Questions concerning this notice must be received in writing via email to Madeline.Bryant@ssa.gov no later than July 30, 2014 12:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-14-1555/listing.html)
 
Place of Performance
Address: 6201 Security Blvd, Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN03441541-W 20140731/140729235124-83706f7db279c7c0c27af3669fd4b5bd (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.