Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SPECIAL NOTICE

59 -- REQUEST FOR INFORMATION: PEO C3T PM MC Tactical Services Infrastructure Hosting System

Notice Date
5/13/2022 7:34:31 AM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
USA PEO, COMMAND CONTROL AND COMMUN ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Response Due
5/20/2022 2:00:00 PM
 
Archive Date
08/22/2022
 
Point of Contact
KEVIN HAWK
 
E-Mail Address
kevin.a.hawk.ctr@army.mil
(kevin.a.hawk.ctr@army.mil)
 
Description
Tactical Services Infrastructure Hosting System Requested Information Program Executive Officer for Command, Control, Communications-Tactical (PEO C3T) Project Manager Mission Command (PM MC) is requesting interested sources to provide information in the form of a capability briefing or product description materials which demonstrates the capability to meet the requirements described within this RFI.� Information shall be submitted electronically and shall not exceed 15 pages for all items associated with the RFI response.� This is a request for information (RFI) only.� This RFI shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal.� There is no obligation on the part of the Government to acquire any products or services described in this RFI or its responses.� Responses to this RFI will be treated only as information for the Government to consider.� There is no payment for direct or indirect costs that are incurred in responding to this RFI.� This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract.� No funds have been authorized, appropriated or received for this effort.� Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.� The Government will not pay for the information submitted in response to this RFI.� Generic capability statements will not be considered.� Responses must address capabilities specific to this RFI. Request that End User License Agreements be submitted for any commercial software offered in response to this RFI to include those terms and conditions of third parties for which the government must comply in order to ensure proper use of any software.� References to hyperlinks either as a method of submission, or within the documentation, is not considered acceptable. If commercial software is offered as part of the RFI response, please indicate which current, active government contracts are available for procurement.� If commercial software is offered but not available under active government contracts, provide the following in table format for each licensable component: Name of software Date of first version End date of availability End of extended support for security Availability of sale date� General Support Updates available? (Y/N) Is software proprietary/commercial or open-source software? If open source, how is the life cycle support provided? Available pricing information for each item required to procure and support the software over its life cycle. If pricing is not available for out-years, annotate and estimate based on past pricing. Purpose Project Manager Mission Command is seeking a new design and implementation of their Tactical Services Infrastructure (TSI) hosting systems by readily taking advantage of industry and commercial off-the-shelf (COTS) products to further enable the US Army to be lighter, faster, and more agile. The current TSIv2a Large system provides: 120 Physical CPU Cores / 240 Virtual CPU Cores (6 Physical Sockets) 576 GB Memory Total 46TB available Fault Tolerant Disk Space (VSAN), Drives tray accessible VMware ESXi Hypervisor (ESXi 6.5) Each of the three (3) servers provide: 2x M.2 Drives to support virtual appliance for Data-At-Rest Encryption Virtual Appliance 1x 4 Port 10Gb CAT6 NIC 1x 2 Port 40Gb QSFP NIC 1x 2 Port Onboard 10Gb NIC Microsoft Enterprise products (AD, Exchange, SCOM & SCCM, SQL, etc.) Un-interruptible Power Supply (UPS) providing > 20 minutes of runtime 48 port 10Gb CAT6 managed switch with 4x 40Gb QSFP NIC System housed in three (3) stackable operational transit cases (OTC) All three (3) OTC combined measure approximately 38 in. x 23 in. x 28 in. (L x W x H) All three (3) OTC combined weigh approximately 360 lbs. The current TSIv2a Small server provides: 16 Physical CPU Cores / 32 Virtual CPU Cores (1 Physical Socket) 128 GB Memory Total 3.84TB available Fault Tolerant Disk Space (RAID), Drives tray accessible 4x 10Gb CAT6 NICs Windows 10 running VMware Workstation Hypervisor Microsoft Enterprise products (AD, Exchange, SCOM & SCCM, SQL, etc.) Onboard battery providing > 20 minutes of runtime 1-person lift 2x USB3 Ports Intel Compatible Video Card w/ VGA Out Integrated keyboard The system, with 17.3 in. LCD lid closed, measures approximately 11.5 in. x 16.75 in. x 4 in. (L x W x H) System weight is approximately 22 lbs. For PM MC to meet hardware consolidation and program of record (POR) convergence requirements, the proposed solution will field to various echelons and in multiple quantity configurations.� The solution should be able to scale by either the modification of internal components or the addition of multiple units for optimization by formation type and echelon.� The standardization of computing hardware across various formations and echelons reduces training and logistic burdens.� The following are example mission requirements.� A proposed solution should be scalable as a system or a family of systems across and in-between the following areas: Expeditionary Battalion: Threshold maximum weight of one-person lift (37 lbs. per MIL-STD-1472H) At least 16 physical CPU cores At least 128 GB Memory At least 4 TB SSD Storage (after RAID or Virtual Storage Pool) Brigade and Battalion: Objective weight of one-person lift (37 lbs. per MIL-STD-1472H) Threshold weight of two-person lift (74 lbs. per MIL-STD-1472H) At least 48 physical CPU cores At least 576 GB Memory At least 20 TB SSD Storage (after RAID or Virtual Storage Pool) Division and above: Objective weight of one-person lift (37 lbs. per MIL-STD-1472H) per component case Threshold weight of four-person lift (130 lbs. per MIL-STD-1472H) per component case At least 120 physical CPU cores At least 1024 GB Memory At least 60 TB SSD Storage (after RAID or Virtual Storage Pool) Operational Capability Statements Technical Requirements: Reduce overall size, weight, and power (SWaP) from current TSIv2a specifications to the maximum extent possible. (See the aforementioned measurements) Provide a reduced footprint that is lightweight, rapidly deployable, and ruggedized. Supports command post survivability and mobility with rapid emplacement and displacement. Provide a hardware interface that allows for installing, configuring, maintaining, and using software systems (e.g., integrated keyboard and monitor, applicable ports to connect a keyboard and monitor, or applicable ports to connect an included management system that contains a keyboard and monitor). Provide redundant networking between all components for failover and a minimum of 2x 10GbE CAT6 ports or 2x 25G SFP+ for redundant connection to external communications packages, for Expeditionary Battalion, Battalion, and Brigade solutions. Provide redundant networking between all components for failover and a minimum of 4x 10GbE CAT6 ports or 2x 25G SFP+ for redundant connection to external communications packages, for Division and above solutions. Capability to record all network traffic between nodes and external network systems to include, but not limited to: The ability to monitor all network traffic on all virtual local area networks (VLANs). The ability to establish virtual private network (VPN) tunnels through the switch or network infrastructure. Provide non-proprietary upgrade options with expansion slots (internal or external) for full bandwidth connections to Field Programmable Gate Array (FPGA), network interface cards (NIC), and an advanced graphical processing unit (GPU) for analytic capability. Able to operate during transport in a low power consumption state, allows for rapid starting at-the-halt or when dismounted, and minimize time-consuming system boots and shutdowns. Meet US Army MIL-STD-1474E for steady-state noise levels to be less than 85 decibels A-weighted (dBA) and a peak-pressure level of impulsive noise of less than 140 dBP, at the ear (protected or unprotected), at all personnel locations during normal operations. Meet US Army MIL-STD-810H requirements for temperature, storage, humidity, altitude, vibration, and shock while operational and during storage.� Must be capable of operating in extreme climates. Minimize the logistical burden of managing multiple license keys (ex. Universal License Key) and minimize software-license costs to the fullest extent possible. Provide an uninterruptible power supply (UPS) or internal batteries capable of running the system for a minimum of 20 minutes.� All batteries must be field-removable for transport and service. All proposed solutions that contain Lithium-Ion batteries greater than 100Wh must be UN38-3 tested and passed, with documentation available. Power systems must support dual-input voltage of 110/240V and have a removable primary power cable that enables plug-in of power adapter cables for use with non-US power outlets. Provide a manageable Layer-3 Switch that is automatable and supports an API.� Switch can support either or both SFP+ and copper (CAT6) interfaces. The switch must also support SPAN/Port Mirroring. The switch must have redundant hot swappable power supplies. Compatible with RedHat Linux, Ubuntu Linux, Microsoft Windows Server, and VMware vSphere operating systems. Be Trade Agreements Act (TAA) compliant. Capable of being enclosed in a ruggedized transit case(s). Each major component is easily replaceable as a standalone item in the field (i.e., Plug-and-play). Maintainable without special tools or test kits. � Disaster Recovery: In most tactical deployment scenarios, there is a physical separation of hardware allowing for replication of data and virtual machines onto another physical set of hardware on the local network.� This is typically executed on an isolated VLAN over a 10GB network connection.� The recovery point objective (RPO) is currently set to fifteen (15) minute intervals with each end of the day snapshot being stored for a maximum of three (3) days. High Availability/Failover: In most tactical deployment scenarios, an Army unit will receive multiple TSIv2a Large and TSIv2a Small servers.� These currently cannot consolidate due to physical separation requirements and capability needs.� As an example, two physical systems could reside at the Main Command Post (One for operational use and one for DR.) and one physical system at the Tactical Command Post.� These may at times be located together, but not directly connected. Because of this, each system needs independently and highly available fault-tolerant internal components.� Current examples are redundant Network Interface Cards (NICs), dual hot-swappable power supplies, High Availability (HA) clustering of physical servers, virtual machine replication, and storage mirroring. Data at Rest Encryption: �In order to meet CNSSP-15 Public Standards for Secure Information Sharing, FIPS 140-2 Certification under the NIST Cryptographic Module Validation Program (CMVP) the proposed solution shall provide encryption for data.� Proposed solution should be FIPS 140-2 compliant. Solutions proposed that are software based require FIPS 140-2 Level I Security, if a hardware solution is proposed, it shall meet FIPS 140-2 Level 2.� Key Management Interoperability Protocol (KMIP) solutions must be a minimum of version 1.4.� Proposed solutions shall allow Mission Command to meet: ������������� CNSSP-15 Public Standards for Secure Information Sharing ������������� FIPS 140-2 Certification under the NIST Cryptographic Module Validation Program (CMVP) ������������� AR25-2, 4-10 ������������� DODI 8500.1 ������������� NIST Security Control SC-28 Additionally, the vendor must be able to provide: Product cost and part number breakdown for each Line Replaceable Unit (LRU). Mean Time Between Failure (MBTF) and Mean Time Between Critical Failure (MBTCF) testing results as available for each field-replaceable component. Management interfaces to support automatic deployment and provisioning of infrastructure and software services to support the hardware platform, locally or remotely. Manufacturer roadmaps identifying product timelines and roadmaps ensuring availability and long-term support.5.7 Documentation to show compliance and testing for Electromagnetic Environment Effects (E3) in compliance with: DOD 5000.02: Bandwidth Requirements Review (SEC. 1047, P.L. 110-417 ref G) Frequency Allocation Application (DD Form 1494; SEC. 104, P.L. 102-538 ref Z; 47 U.S.C. 305, 901-904 ref AA) Spectrum Supportability Risk Assessment (DoDI 4650.01 ref AM) Safety Assessment Report (SAR) based on the latest MIL-STD-882 guidance and include design consideration form impacts to Environment, Safety and Occupation Health (ESOH) hazard associated with the use, maintenance, and disposal of the system components. Shipping requirements to include both commercial and military air in compliance with 49 CFR, DTR and AFMAN 24-204. Production representative hardware of the proposed solution within sixty- (60) days of submission. Additional Response Information: In a separate document, please provide capabilities that satisfy the following requirements: Company Profile.� Describe your company�s core business.� Please include company name, company address, points-of-contact information, number of employees, annual revenue history, office location, CAGE code, DUNS number, NAICS code(s), and current business size status under contracts. Corporate Experience.� Prior/current Department of Defense (DoD) corporate experience performing efforts of similar size and scope within the last two years, including contract number, organization supported (indicate whether as a prime or subcontractor), contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described herein.� Capabilities.� Please provide a narrative to address the following: Postproduction and deployment support to include System engineering development, upgrades, testing, integration, training, and help desk support. Interactive Electronic Technical Manuals and Interactive Multimedia Instruction.� Describe your experience with developing and updating Army technical manuals, quick reference guides, Interface Design Documents, Interface Control Documents, interface guides, operator guides, and web and computer-based trainers for software systems in accordance with the latest Military Standards and Army Regulations. Cybersecurity.� Describe your company�s experience with the Army�s Risk Management Framework, Information Assurance Vulnerability Alert updates, and Security Technical Implementation Guides. Supply and Availability. �Please address the following: Provide the estimated procurement time for your proposed server solution and include supply chain delays, if any, into your timeframe. Any known supply chain issues, to include the subcomponent-level, which may impact deliveries of your proposed server solution(s) (motherboard, processors, memory cards, hard drives, etc.). How your company is handling and mitigating any supply chain issues and delays? Other supply chain issues your company is tracking outside of material shortages, if applicable, and other supply chain issues that are projected. Your company�s ability to expedite orders received. Submission of Responses.� Questions related to this RFI shall be submitted no later than 2:00pm EST on 2 May 2022. Questions should be emailed to kevin.a.hawk.ctr@army.mil.�� Responses shall be submitted no later than 5:00pm EST on 13 May 2022.� All questions and responses shall be submitted via email to kevin.a.hawk.ctr@army.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46b71d839001451badab665d6c250b2f/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06326505-F 20220515/220513230057 (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  © 1994-2020, Loren Data Corp.