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 -- FLEXPOD Suite 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-4435
 
Archive Date
2/6/2015
 
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
FLEXPOD Suite Request for Information (RFI) M67854-15-I-4435 Marine Corps Systems Command (MCSC), Marine Corps Network and Infrastructure Services (MCNIS) program office in Quantico, Virginia is seeking industry input on the requirements for a FLEXPOD SYSTEM and support services. The Marine Corps requires a New FlexPod System to support Warm site operations for a Virtual Desktop Infrastructure (VDI) solution. The Marine Corps will require consulting support from service providers with the capability to support the below listed vendor solutions and technologies: 1) Knowledge and practical experience in VMware's VDI technology, specifically, ability to install and configure hardware and software for vSphere 5.5, vSphere High Availability (HA), Horizon View 5.3 (including Security Server), and Site Recovery Manager (SRM). 2) Knowledge and practical experience with NetApp Storage Area Network (SAN) storage devices, specifically, ability to install and configure hardware and software for SnapMirror, Logical Unit Numbering (LUN), and general replication across multiple networks for warm site capability. Symantec Back-up Exec software preferable. 3) Knowledge and practical experience with Cisco routing and switching devices, specifically, ability to install and configure hardware and software with Enhanced Interior Gateway Routing Protocol (EIGRP), and Hot Standby Routing Protocol (HSRP) for optimized network traffic flow and redundancy. Experience with installation and configuration of firewalls required. Minimum physical hardware requirement components are NetApp Fabric Attached Storage (FAS) 3220 unified storage systems with Data OnTap Essentials, Cisco Unified Computing System (UCS) series servers, Cisco Nexus 5548 Series Switches, and VMware software packages, to include Site Recovery Manager, vSphere 5.5, and Horizon View 5.3. The FlexPod solution portfolio combines NetApp storage systems, Cisco Unified Computing System servers, and Cisco Nexus fabric into a single, flexible architecture that maximizes information technology efficiency. Consultant support is required to assist with engineering the warm site solution. On-site consultant support (in person) is required for assistance with initial configuration/installation of equipment. Additionally, follow-on consultant premier phone support and equipment warranty for a period of 3 years is required, along with next day hard drive replacement for failed drives. Consultants will be the primary technical experts for the above vendor products and solutions, and will liaise with vendor product and solution support teams, MCSC, and MARFORCOM for assistance with 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. MCSC 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. In addition, MCSC 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 Government Wide Acquisition Contract (GWAC) or other contract vehicle (e.g. Netwox, WITS3) that allows outside agency ordering authority? If so, please provide the contract number and a Government point 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, 22 January 2015. Please place "Attention: FLEXPOD Suite" 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-4435/listing.html)
 
Record
SN03620300-W 20150122/150120234703-5e66e5bf9a20d98e5cc07e485f58dac6 (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.