Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SOURCES SOUGHT

70 -- MEDICAL SERVER BACKUP SOLUTION FOR EIGHT (8) FACILITIES LOCATED IN VISN 12. SEE STATEMENT OF WORK

Notice Date
8/1/2022 10:55:51 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25222Q0818
 
Response Due
8/3/2022 9:59:00 PM
 
Archive Date
10/02/2022
 
Point of Contact
Thomas H Chesak, Contracting Officer, Phone: 414-844-4813
 
E-Mail Address
thomas.chesak@va.gov
(thomas.chesak@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is enough qualified: (1) Service-Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide the MEDICAL SERVER BACKUP SOLUTION required for VISN 12. PRODUCT DESCRIPTION The purpose of V12 HTM Backup Solution Tier 2 Backup Hardware is to obtain new enterprise storage appliances including controllers, disks, disk shelves, cabling, software, and related elements. REQUIREMENTS: The Contractor shall deliver the equipment listed in the table 1 to the respective location also listed in table 1. Each system shall meet all salient characteristics simultaneously using a single production configuration per system that meets or exceeds the Original Equipment Manufacturers (OEMs) established best practices. All hardware shall be delivered and installed within ninety (90) days of award. Installation shall occur no less than one (1) week after delivery and no more than two (2) weeks after delivery. Table 1 - Tier 2 Backup System Requirements Item Delivery Address Product Capacity 1 Milwaukee VAMC 5000 W. National Ave. Milwaukee, WI, 53295 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 2 Jesse Brown VAMC 820 S. Damen Ave. Chicago, IL, 60612 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 3 Hines VAMC 5000 5th Ave. Hines, IL, 60141 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 4 Iron Mountain VAMC 325 E H Street Iron Mountain, MI, 498001 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 5 Madison VAMC 2500 Overlook Terrace Madison, WI, 53705 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 6 Tomah VAMC 500 E Veterans Street Tomah, WI, 54660 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 7 North Chicago VAMC 3001 Green Bay Road North Chicago, IL, 60064 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB 8 Danville VAMC 1900 E Main Street Danville, IL, 61832 Storage Appliance with 2 media agents or approved CommVault Hyperscale X Reference Architecture validated system. 130 TB Table 1.1 Media Agent Server Requirements CHARACTERISTICS The Contractor shall provide media agent servers in the quantity documented in Table 1 - Tier 2 Backup System Requirements with the following requirements below or CommVault HyperScale X Reference Architecture validated platform that can meet the performance requirements below and HyperScale X license must be included. Solutions shall be consistent platform (Media Servers and Storage or HyperScale X) at all sites located within Table 1 - Tier 2 Backup System Requirements . Category Minimum Physical Server System Specifications Processor Server shall use an Intel 5218, or equivalent, with the following salient characteristics: Server shall contain a minimum of one (1) populated discrete CPU socket. CPUs shall contain a minimum of 12 cores per socket. CPU cores shall operate at a minimum standard frequency of 2.3GHz with a turbo frequency of 3.9GHz. CPUs shall contain a minimum of 22MB L3 Cache per socket All CPU cores shall simultaneously operate at a minimum of 2.3GHz. Memory (RAM) Server shall use memory that includes Error Correcting Code (ECC) capability. All memory modules shall be configured to meet OE recommendations for performance, throughput and channel density. Server shall contain a minimum of 64GB of RAM. Server memory shall match operational CPU and bus speed requirements to meet the Performance Benchmark Requirement. Internal Storage Server shall contain only Solid State Disks (SSDs). No spinning disks shall be included for any purpose. RAID controller shall support multiple RAID sets of mixed type (RAID 1, 5, 6, 10) using disks internal to the server chassis. RAID controller shall include a minimum of 2GB of battery-backed read/write cache. All solid state disks shall support a minimum of one (1) drive write per day for a minimum of five years. A minimum of two (2) Samsung PM863a or equivalent solid state disks shall be provided to support the operating system. These disks shall have a minimum marketing capacity of 480GB each and shall be provisioned in RAID 1. The disks shall have the following salient characteristics: A minimum of 520 megabytes per second (MBps) sequential read performance. A minimum of 480MBps sequential write performance. A minimum 97,000 input/output operations per second (IOPS) random read performance with 4KB blocks with a queue depth of 32 operations. A minimum 16,000 input/output operations per second (IOPS) random write performance with 4KB blocks with a queue depth of 32 operations. A minimum lifecycle of 1.0 drive writes per day (DWPD) for five years. A minimum of two (2) Samsung PM863a or equivalent solid state disks shall be provided to support index caching. These disks shall have a minimum marketing capacity of 1TB each and shall be provisioned in RAID 1. The disks shall have the following salient characteristics: A minimum lifecycle of 1.0 drive writes per day (DWPD) for five years (60 months). A minimum of two (2) Samsung PM863a or equivalent solid state disks shall be provided to support the deduplication database. These disks shall have a minimum marketing capacity of 1TB each and shall be provisioned in RAID 1. A minimum lifecycle of 1.0 drive writes per day (DWPD) for Five years (60 months). A minimum of one (1) solid state disk shall be provided to act as a global hot spare to automatically replace any failed disk in the system. The global hot spare shall be equal to the capacity of the largest disk specified above. If the system cannot support a single global hot spare to cover multiple disk sizes, the system shall include a global hot spare for each size of solid state disk required above. Server Communications Interface Server shall have a minimum of four (4) 10/25GBASE ports, not including the dedicated out-of-band management interface. Must include the SFP hardware. Server shall include NIC teaming software allowing a minimum of four (4) NICs to be aggregated into a single team. All Ethernet connections must support and be licensed to use IEEE 802.3ad Link Aggregation Control Protocol (LACP) and IEEE 802.1q VLAN tagging. Power Server shall include a minimum of two (2) power supply units. Server shall be capable of fully functioning with one failed power supply. Power supplies shall include the ability to automatically switch between 110V and 208V input voltage. Out of Band Management Server shall support and be licensed for remote command-line and console-level access using a dedicated Out of Band (OOB) Ethernet interface. OOB management interface shall facilitate remote keyboard, video, and mouse (KVM) emulation. OOB management shall permit remote users to power on, power off, and reset the server. OOB management connections shall facilitate remote connectivity of optical media and ISO files. OOB Management shall facilitate transmission of SNMP and SMTP alerts during critical system events. OOB Management shall support and integrate with the VA s Active Directory for administrator authentication. Management Software Server shall provide management software using an agent or agent-free server management tool that is accessible via SNMP. Management software shall provide monitoring of hardware events including exceptions, diagnostics, and failures. Vendor shall provide documented Management Information Bases (MIBs) for SNMP management. Rack Infrastructure Compatibility Server shall include rack mounting rails. Rails shall be suitable for industry-standard racks with square holes. Rack mount hardware shall include tool-free sliding rails. Operating System Red HatĀ Enterprise Linux or Windows OS is required Server Chassis Server system chassis shall provide a minimum internal disk capacity of twenty-four (24) 2.5"" Small Form Factor (SFF) disks. Server system chassis shall not exceed 2U of industry standard rack space. All platform product proposals shall include hardware mitigation of: - Spectre, SpectreNG, SpectreRSB. - Meltdown. - L1TF. - Store-to-Leak Forwarding, ZombieLoad, Fallout, RIDL. If hardware mitigation is not possible, the platform shall be delivered with software (firmware) mitigation of all vulnerabilities. No additional action shall be required by VA to remediate vulnerabilities. If the platform has a variant that has hardware mitigation, this platform must be proposed with an explanation provided that this platform is required to address vulnerabilities with hardware mitigation. Note that if a processor generation change is required, any compatibility changes to component hardware (ex: chipset, memory) shall be included with the proposed processor platform. The Contractor shall provide VA with documentation to include version of firmware components, release notes and Original Equipment Manufacturer (OEM) verification that components will be delivered with remediation in place for all known vulnerabilities. Hardware that does not have mitigated vulnerabilities is unacceptable to VA. The platform product shall also include the following components or configuration: - Trusted Platform Module (TPM) v2.0 (hardware, not emulation). - Unified Extensible Firmware Interface (UEFI) and UEFI Secure Boot. - For Server platforms only: Baseboard Management Controller (BMC) or Remote Server Administration (RSA) with a dedicated or shared interface. The platform will include any required licensing to support out of band management including remote access (console), remote media attachment, and remote firmware and hardware monitoring for the lifecycle of the proposed platform. ITEM NUMBER CHARACTERISTICS OF THE BACKUP STORAGE APPLIANCE 1 The solution shall provide a minimum of two controllers: The controllers shall operate in an active/active fashion. Both controllers shall be capable of hosting volumes, Logical Unit Numbers (LUN), and file system exports simultaneously. Each controller shall be capable of failing over active operations to the peer controller both manually and automatically following the detection of a failure. Controllers shall be sufficiently sized to permit the storage system to meet all performance requirements in the event of a single controller failure. Controllers shall be upgradable independently of one another to permit live upgrades that do not result in production downtime. 2 The Contractor shall provide minimum usable storage capacity in accordance with usable sizes documented Table 1 - Tier 2 Backup System Requirements . Minimum usable capacity shall be defined as storage space that is available for end user utilization when the device is configured to meet all other specifications within this Product Description. It shall not include any data efficiency benefits from compression, compaction, deduplication, or similar data efficiency technologies. System shall include a minimum of two hot spares per disk type, or the minimum number of hot spares recommended by manufacturer best practices, whichever is greater. Hot spares shall not be included in the minimum usable capacity calculation. Minimum usable capacity shall be calculated with a minimum of two parity disks per RAID group (e.g. RAID 6 or RAID-DP). 3 Feature requirements: The storage solution shall include file (CIFS/NFS) and block (iSCSI) data connections serviced from the same physical interface The storage solution must be able to support multi-algorithmic load-balanced multipathing. 4 Connectivity requirements: System shall include one (1) 1000BASE-T management Ethernet ports and two (2) 10GBASE production Ethernet ports per controller. The 10GBASE ports shall be populated with 10GBASE-SR transceivers and any cabling necessary to connect the interface to the provided switch. System shall include any licensing or software necessary to utilize the iSCSI, SMB v3 (CIFS) protocol, NFS v3, and NFS v4.1. System shall include any licensing or software necessary to utilize iSCSI multipathing for VMware, Windows, and Linux hosts. 5 Feature requirements: System shall include thin provisioning capability for all end-user volumes and LUNs. System shall support Redundant Array of Independent Disks (RAID) levels 5, 6, and 10, or equivalents thereof. System shall be capable of dynamically changing RAID levels for storage groups or aggregates containing active data. System shall include snapshot functionality and any licensing necessary to utilize snapshots across the breadth of storage included in the bid. System shall include any needed software and licensing to support replication of snapshot data to other storage devices in the same product family. Failed media such as hard disks and solid state disks will not be returned to the manufacturer or any third party upon failure. Any fees associated with this limitation shall be included in the bid. 6 Service requirements: The Contractor shall include a twenty-four (24) hour per day, seven (7) day per week onsite service commitment with a maximum onsite response time of four (4) hours. The warranty period for this shall be three years. The contractor shall include two (2) additional support option years for years 4 and 5. The storage solution shall include 24x7x365 technical support and monitoring, onsite priority response for critical issues, installation of operating environment updates, and installation of all replacement parts. The storage array shall be FIPS140-2 certified to provide AES-256 encryption of data at rest. Contractor s initial on-site or remote diagnosis shall be completed within four (4) hours. Contractor s initial attempt to repair shall be completed within four (4) hours following the Contractor s initial on-site or remote diagnosis. Contractor shall provide steady efforts to ensure that the product is restored to fully operational status. Each four (4)-hour period that the issue is unresolved shall result in the issue continuously being escalated to the next support level, until top level support is reached. The Contractor shall provide the VA with a clear escalation timeline from the Contractor s help desk support technician to the Chief Executive Officer (CEO) or equivalent highest level Officer. Twenty-Four (24) hour access to Contractor or OEM web support/knowledge base. Access to all product/firmware/microcode patches, updates and upgrades. VA shall permanently retain all storage media. Storage media replaced under contract following a failure shall not be returned to the manufacturer. 7 Expansion Capability : System shall be capable of supporting 10Gb iSCSI connectivity with the addition of 10Gb Ethernet NICs to the existing controllers INSTALLATION SERVICES The Contractor shall install, configure, and test all equipment, including hardware, software, licensing, tools, cables, and material required for implementation of the solution. The Contractor shall provide the following hardware at each location: 1. Any cable management hardware necessary to ensure a clean and orderly installation. 2. Any cabling, transceiver modules, rack mounting hardware, or other supplies necessary to rack and cable the hardware listed above for full production readiness. a. Rack locations may be non-contiguous. Contractor shall provide all inter-solution and intra-solution cabling of a sufficient length to support non-contiguously placed hardware. b. If the VA facility utilizes in-rack patch panels, all cabling shall run from the device to the in-rack patch panel. Excepting SAS cabling, no cables shall run directly from one racked device to a different racked device unless it is located in the same rack. The Contractor shall provide any cabling necessary to connect devices to in-rack panels, between interconnect panels, and to the upstream switch, providing complete end-to-end connectivity. c. All copper network cabling shall meet the following salient characteristics: i. Rated Category 6A or greater. ii. Shielded twisted pair (STP). iii. Maximum outside diameter of 0.25 inches (Cat6). iv. Minimum of 26-gauge stranded conductors. v. High-density snagless boots. d. All multimode fiber optic cabling shall be rated OM4 or greater. e. All single mode fiber optic cabling shall be compliant with G.652 (11/2016). f. Cabling shall adhere to the following color scheme: i. Device management cabling (e.g. KBM, console access, etc.): White ii. Dataflow: Blue iii. WAN-facing devices: Green iv. Internet-facing devices: Red v. Crossover cables: Orange The Contractor shall provide the following services at each location: 1. Retrieval of hardware from a designated warehouse at each installation location. 2. Removal of hardware from shipping materials. 3. Professional services necessary to install all servers, disk shelves, disks, cable management hardware, cabling, transceiver modules, rack mounting hardware, and other Contractor-provided included in this PD. 4. Configuration of in-band, out-of-band, and production network connectivity using network information provided at the time of installation by VA staff. 5. Verification of accessibility of all configured network addresses from remote systems. 6. Verification of proper operation of all components. 7. Disposal of packing materials using facility-designated waste containers. 8. Within 3 business days of installation, the Contractor shall provide a detailed rack elevation diagram showing the location of all Contractor-installed VA hardware at each facility. Once installation is completed, the Contractor shall work with an assigned VA IT analyst to perform the following tests: 1. Verify all in-band management interfaces are remotely accessible on the VA network. 2. If applicable, verify all out-of-band management interfaces are remotely accessible on the VA network. 3. Ensure all production storage interfaces are remotely accessible on the VA network. 4. Ensure all required storage capacity is online and available for consumption. Deliverables: Rack elevation diagram, to be provided by selected Vendor. HARDWARE WARRANTY SERVICES The Contractor shall provide warranty/maintenance services for seven years for all hardware and software included in this PD. The warranty period for each piece of hardware and software shall begin only once each item has been successfully delivered to the receiving facility. Deliveries shall not occur more than two weeks or less than one week prior to installation. The warranty services shall adhere to the following requirements: 1. Support services shall be available by phone 24 hours per day, 365 days per year. 2. An OEM-certified technician shall arrive onsite for any incident requiring an onsite response within four (4) hours of incident notification. This requirement shall apply to any location receiving hardware as part of this PWS. 3. The Department of Veterans Affairs shall permanently retain any storage media once it has been placed into production. Failed media such as hard disks, solid state disks, NVMe media, and PCIe flash cards shall not be returned to the manufacturer or any third party upon failure. Any cost associated with this requirement shall be included in the Contractor s response. 4. The Contractor shall provide access to all software and firmware required or used by the solution. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: 1. Company name. 2. Address. 3. Point of contact (name/title/telephone number/e-mail address). 4. FSS / SEWP Contract number, if applicable. 5. SAM UEI. 6. DUNS number. 7. Tax ID number. 8. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. 9. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. 10. Documentation from manufacturer (i.e., correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. 11. Country of origin for the requirement. Submit responses to the Contracting Officer, Thomas Chesak, at thomas.chesak@va.gov no later than 11:59 PM (Central Standard Time), 03 AUGUST 2022. 36C25222Q0818 MEDICAL SERVER BACKUP SOLUTION shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 334111 COMPUTER SERVERS MANUFACTURING, is applicable to this acquisition, the size standard is 1,250 EMPLOYEES. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice: no other copies of this notice will be provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99f2dc68d2ee4a359ab8cee7a24a73e6/view)
 
Record
SN06409924-F 20220803/220801230135 (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.