Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
MODIFICATION

70 -- Data Center Compute/Storage Request for Information (RFI)

Notice Date
1/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-I-4439
 
Archive Date
2/11/2015
 
Point of Contact
Thea Maddox, Phone: 7037846579, Jeremy W. Jones,
 
E-Mail Address
thea.maddox@usmc.mil, jeremey.w.jones@usmc.mil
(thea.maddox@usmc.mil, jeremey.w.jones@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
DATA CENTER Compute/Storage Request for Information (RFI) M67854-15-I-4439 Headquarters, Marine Corps Forces, Central Command (MARCENT), is seeking industry input on the requirements for upgrading 2 suites of compute/storage with included management software that integrates physically and logically into the existing Dell M1000e blade chassis providing a combination of flash and spinning hard-drives with capacity between 30 and 100TB. Compute/storage systems cannot exceed 11 rack units. All systems must integrate into the blade chassis for rapid dislocation. Physical blade servers must provide 10GB connection to the M1000E backplane with 6 Network Interfaces, 128GB SSD system disks, and minimum 128GB memory. Physical network modules must integrate into the network module slots in the Dell M1000E and must enable 10/40GB transport with connectivity to all internal chassis' systems. Physical storage must take up no more than 8 half height blade slots in the M1000E chassis. Storage/software suite must support iSCSI, automated snapshots, integration into VmWare VCenter Server, and 10GB/40GB network connection to the M1000E blade chassis backplane. Storage/software must natively support scheduled or unscheduled replication to a warm site. Storage systems must be manageable from "SAN Headquarters (primary site)." Management software must be licensed in a total package and not be separated by function or server type. MARCENT will require consulting support from service providers with the capability to support the vendor solutions and technologies listed below. • VMware • Dell These consultants will be required to assist with initial installation, configuration, subsequent trouble-shooting, and warranty service for the engineering solutions that support MARCENT IT capability and service requirements. These consultants would not be implementing the solutions but will provide reach-back support to the Government leads from MARCENT or the regions actually deploying the solutions if required. The selected consultants will be the primary technical experts for the listed vendors' products and solutions and will provide liaison between vendor product- and solution-support teams and MARCENT for assistance with the design, technical understanding, analysis, and deployment of changes to already-fielded vendor technologies, solutions, and products. The Qualifying NAICS codes for this effort are 334112 and 334111. MARCENT is seeking information from industry such as capability summaries and estimated cost that will assist in this Market Research effort. Interested party responses can include white papers, past experience, lessons learned, or any other documentation that directly relates to this requirement. Responses are limited to no more than 20 pages, in Microsoft Office applications. In addition, MARCENT would also like industry answers and comments to the following questions: 1. Do you have relationships and/or agreements with any/all of these vendors that will allow you to provide this type of support to the USMC? If so, please elaborate on the type of support you can provide. 2. Do you have relationships and/or agreements with any third party resellers these vendors that will allow you to provide direct support from above vendors to the USMC? If so, please elaborate on the type of support you can provide. 3. Is the Government's technical approach optimal? If not, please propose alternate approaches that will meet stated requirements. 4. Based on past experience does your company have any lessons learned on providing vendor consulting services similar to this one? Please summarize some of these experiences. 5. Do you have agreements or relationships in place with above Vendors to provide 24x7 phone support and allows for direct on-site support within an agreed upon time frame? If so, please elaborate on the type of support you can provide. 6. Does your company hold a Federal Supply Schedule Contract (FSS), Government Wide Acquisition Contract (GWAC), or other contract vehicle (e.g. Networx, WITS3) that covers this requirement and that allows outside agency ordering authority? If so, please provide the contract number and ordering points of contact. 7. Provide your business size and socio-economic status as follows: (a) Indicate whether your business is large or small; (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business; (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act; (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB); (e) Include the DUNS number of your firm; (f) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov; (g) Listing of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number, or e-mail address; and (h) Other material relevant to establishing the qualification of your firm. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. This RFI is for planning purposes only and shall not be considered as an obligation by the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. Responses to this RFI will not be returned. The Government recognizes that proprietary information and data may be part of this effort and, if so included, such data should be clearly marked. Questions and/or concerns regarding this RFI must be submitted in writing to Mr. Jeremy W. Jones at jeremy.w.jones@usmc.mil by 12:00 PM EST, 09 January 2015. Questions will not be accepted by phone. RFI responses must be submitted to Mr. Jeremy W. Jones at jeremy.w.jones@usmc.mil by 12:00 PM EST, 27 January 2015. Please place "Attention: DATA CENTER Compute/Storage " and the RFI number in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-I-4439/listing.html)
 
Record
SN03620298-W 20150122/150120234702-4af1b12ad962c8de0da47235acefcce7 (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.