Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOURCES SOUGHT

65 -- Converged Virtual Infrastructure System (CVI) for the Southern AZ VA Health Care System

Notice Date
5/15/2020 3:30:03 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25820Q0196
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
06/19/2020
 
Point of Contact
Kim Leone Contract Specialist
 
E-Mail Address
KIM.LEONE@VA.GOV
(KIM.LEONE@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is strictly for market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1000 Employees). Responses to this sources sought will be used by the Government to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office Gilbert, is seeking sources to determine the availability of vendors capable of providing the requirement for a Converged Virtual Infrastructure System (CVI) for the Southern AZ VA Health Care System hereafter (SAVAHCS) that meets the following VA directives, initiatives and policies: Server Virtualize first Policy (VAIQ 7266972) OI&T Enterprise Technology Strategic Plan FY 2017-2021 VA Technical Reference Model for Virtualization VA Directive 6517 Risk Management Framework for Cloud computing 25 Point Implementation Plan to Reform Federal Information Technology Management. In review of the commercially available options, the Virtual environment and centralized storage system must include the following capabilities and salient characteristics: Ability and capacity to initially create at least 25 Windows/Linux based virtual machines System must have 25TeraBytes of flash drive space. Minimum 768GB DDR4 Memory Minimum 48 Core processors (physical) Must include onsite system installation and configuration The system must simultaneously support NAS, SAN, and iSCSI connectivity. Must support double disk failure protection with the minimum amount of RAID space overhead Must support lost write protection Must support solid state, as well as FC and SATA disk drives in the same system Must support native asymmetrical data replication (i.e., replication of data from one storage array with FC disks to another storage array with SATA disks to a storage virtualization device in front of 3rd party storage) Must be able to grow/shrink data volumes without downtime to the application Must support thin provisioning of data Must be able de-duplicate data on both primary and secondary storage at a very granular level Must be multi-protocol (CIFS, NFS, iSCSI, FCP, etc.) Must support backup/restore of data volumes/LUNs in less than 10 seconds regardless of size Backups must not impact performance Must support block level incremental replication of data over TCP/IP for backup and/or DR Must support storage virtualization in multi-protocol fashion Must be able to clone data rapidly while minimizing physical storage space consumption Must support creation of data volumes on the fly. Must support growing and shrinking data volumes on the fly. Must support a journaled file system for all data volumes. Creation of snapshots must be ""instant"" and non-disruptive to production operation. Must support restore of individual files from a snapshot. Must support restore of an entire data volume from any of the volumes snapshots. Must support automatic creation of snapshots on a user defined schedule. Must support manual creation of snapshots. Support for hybrid (flash + SSD) nodes Support for all-flash nodes Support for storage only nodes (providing the ability to independently scale compute and storage) Support for non-identical storage nodes in the same cluster Support for NFS Support for CIFS/SMB3 Support for iSCSI Support for 10GbE and 1GbE NICs Management tool is built into the distributed system and scales with the cluster Ability to add nodes non-disruptively Ability to remove nodes non-disruptively Ability to scale-out one node at a time Ability to expand cluster resources in a scale-out model with predicable linear performance Ability to scale storage capacity independent of compute Support for Rest APIs Support for Powershell cmdlets Management tool provides visibility of network infrastructure Management tool deployment architecture is highly available by design Management tool is built into the distributed system, scales with the cluster, and does not require separate hardware infrastructure Must have the ability to integrate the existing VMWare PACS system consisting of 20+ virtual servers, NetApp Storage, and network into the new system without loss of data or connectivity. Must have the ability to convert existing physical medical servers into virtual servers in real time without loss of data or connectivity. Vendor that provides the backup server must provide the following: Quantity Two (2) Premium FAS2750 systems with the following NetApp Hardware Platform Four (4) Intel Xeon Gold 6226 Processor 2.7GHz 12-core (Broadwell or above eq) Forty Eight (48) 32GB DDR4 2933 MHz RDIMM Memory Module Twenty Four (24) 1.8TB 10K 3.5 HDD Four (4) 1.6TB 3.5"" SSD Two (2) intel i350 quad port MLOM NIC Network Adapters Four (4) 32GB SD Cards for UCS servers Two (2) Cisco 12G Module SAS HBA (16 Drive Max) Data At Rest Encryption Capable Operating System Two (2) Cisco UCS C220 Server frames Two (2) Cisco Catalyst 9300 48 port network switches w/ all ports supported and licensed for 36 months (3 years). Twenty Four (24) Windows 2019 Datacenter licenses Eight (8) MS SQL 2019 Enterprise Server licenses w/ 2 cores each Four (4) Federal VMware vSphere 6 Enterprise license One (1) Federal VMware vCenter Server 6 Standard for vSphere license All cables, connections, power supplies, rails, CAT5, CAT6, SAS, 10G SFP, etc. Thirty Six Months (36) Base Software Support/Maintenance Twelve Months (12) Support Edge Premium 4 Hour On-Site Service Twelve Months (12) Support Non-Returnable Disk Plus Service (All Disks) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. Interested companies who are capable of providing the sought-out supplies/services shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) o Name: o Email Address: o Phone Number: DUNS Number: Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 1000 employees; (for NAICS 334516, must be verifiable thru the System for Award Management) [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [ ] yes [ ] no - Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? [ ] yes [ ] no - Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. [ ] yes [ ] no - If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice shall be submitted via email to Kim.Leone@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, May 20, 2020 at 1:00 p.m. MST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7265394e1b4a4e7daf85043cfc91f339/view)
 
Place of Performance
Address: Department of Veterans Affairs;Southern AZ VA Healthcare System;3601 South 6th Avenue;Tucson, Az 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN05659806-F 20200517/200516071022 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.