Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SPECIAL NOTICE

99 -- RFI �AS-21-Q-0623

Notice Date
9/11/2023 9:30:32 AM
 
Notice Type
Special Notice
 
Contracting Office
NIWC ATLANTIC NORTH CHARLESTON SC 29419-9022 USA
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_0899181A
 
Archive Date
10/25/2023
 
Point of Contact
William Faulconer, Contract Specialist, Phone: 8436093750
 
E-Mail Address
william.a.faulconer.civ@us.navy.mil
(william.a.faulconer.civ@us.navy.mil)
 
Description
Request for Information (RFI) - Distributed Common Ground System � Marine Corps (DCGS-MC), Intelligence Server Hardware Technical Refresh DUE: The Naval Information Warfare Center Atlantic (NIWC Atlantic), Code 01X1C is seeking information on commercially available Server System and must be capable of the following: Background NIWC Atlantic is seeking information on sources and solutions to allow for a technical refresh and growth of the DCGS-MC Intelligence Server Hardware solution. The current fielded Marine Corps Common Intelligence Server (MCCIS) for DCGS-MC has the largest fielded footprint for the Marine Corps Intelligence Community and currently provides the bulk of the capability required by Distributed Common Ground System - Enterprise services. The MCCIS consists of intelligence servers, a data-storage device, a network switch, an Uninterruptible Power Supply (UPS), software applications, and communications interface hardware and software. Description The software components for the MCCIS are currently loaded on (147) independent Dell FX2 servers. The MCCIS is intended for Secret Internet Protocol Router Network (SIPRNET) or Local Area Network (LAN) use only. The MCCIS is distributed across the globe with assets fielded to each echelon of the Marine Expeditionary Force (MEF). The MCCIS software is designed to support intelligence operations performed by United States Marine Corps (USMC) Intelligence Specialists (Military Occupational Specialty [MOS] 0231). The MCCIS software supports numerous intelligence operations of the USMC Command, Control, Communications, Computers, and Intelligence (C4I) mission. The MCCIS is designed to support a wide variety of configurations under potentially extreme environmental conditions. The MCCIS consists of the Red Hat Enterprise Linux (RHEL) Operating System (OS) with selected Global Command and Control Systems (GCCS) applications, a data-storage device, a Cisco network switch, an Uninterruptible Power Supply (UPS), and communications interface hardware and software. The MCCIS supports numerous functional areas of the USMC C4I mission including maneuvers, intelligence, air operations, combat service support, and Command and Control (C2) warfare. Objective The new system will support all requirements for intelligence support to the full range of military operations. The capability includes, but is not limited to, Common Host Environment Virtual Infrastructure (CHE-VI), Global Command & Control � Joint (GCCS-J) Common Operational Picture (COP), Common GEOINT Server Applications (CGSA), Common All Source Server Applications (CASSA), future Maven/Minotaur applications, and additional virtual infrastructure VMs and appliances. To accomplish this, a tactical server capability will need to fulfill the following requirements: 1.Server The system shall have -2 or more redundant servers -Redundant power supplies at the component level -1 or more physical processors per server -128 or more cores per physical processor -4096GB RAM or more per server -1 USB 3.0 port OR 1 built-in Blu-ray drive -8 or more Ethernet ports per server -1 or more dedicated management ports -2 Data Center Graphics Processing Units with 12 cores or more -Support for VMware 6.7 and later products -Integrated Internet Protocol (IP) Keyboard, Video Mouse (KVM) -1 10GE or greater switch with 32 10GE ports -All cables shielded from electromagnetic interference -Visual indicators of system status 2.Storage The system shall have -Removable drives -Hot swappable drives -150TB or more of raw storage -Configured external storage to 500TB or more -a transit case to allow for storage of removable hard drives -RAID 6 support 3.Transit Case The transit case shall -allow access to the equipment from the front -allow access to the equipment from the rear -have a pressure relief valve -have handles -have handle recesses for handles -be suitable for personnel wearing cold weather protective equipment -be evenly distributed among the handles as described in Military Standard 1472 (MIL-STD-1472) The transit case should -contain handle recesses suitable for personnel wearing Mission Oriented Protective Posture (MOPP) IV protective equipment 4.Overall Solution The system shall be -4 person portable per case -capable of being setup and configured, reaching full operational status, within 45 minutes -capable of being torn down and configured for transportation within 45 minutes -capable of being imaged and redeployed with all previous configurations and data paths maintained -capable of modifying network configurations without disrupting CGSA or CASSA services -capable of running for 15 minutes without external power to allow for graceful shutdown -Capable of supporting (50) networked clients -NEMA 5-15 compatible -120/220V AC compatible 5.System Environmental Requirements 6.Capable of meeting all operational requirements in all temperatures between +1.67 and +35 Celsius (?C) (+35 and +95 Fahrenheit [?F]). -The system, in its transit configuration, shall be capable of withstanding all temperatures between -29 and + 54.44 degrees ?C (-20 and +130 degrees ?F). -The system, in its transit configuration, shall withstand atmospheric pressures ranging from 572 millibar (mbar) to 1063 mbar. -The system, in its transit configuration, shall prevent water penetration in driving rains up to 65 kilometers per hour (kph) (40 miles per hour (mph)). -The system shall meet all functional requirements after exposure to salt fog while in its transit configuration. -The system, in transit configuration, shall withstand vibration induced by internal transport on Jet Cargo Aircraft. -The system, in its transit configuration, shall withstand vibration induced by internal transport on a CH-53. -The system, in its transit configuration, shall withstand vibration induced by internal transport on a C-130. -The system, in its transit configuration, shall withstand vibration induced by transit by common carrier vehicles. -The system, in its transit configuration, shall withstand vibration induced by transit by High Mobility Multi-Wheeled Vehicle (HMMWV). -The system, in its transit configuration, shall withstand vibration induced by transit by the Medium Tactical Vehicle Replacement (MTVR). -The system, in its transit configuration, shall withstand vibration induced by transport aboard a ship. -The system, in its transit configuration, shall withstand being dropped during routine handling. -The system shall meet all operational requirements after being exposed to blowing dust while in its transit configuration. -The system shall meet all operational requirements after being exposed to blowing sand while in its transit configuration. -The system shall meet all operational requirements after being exposed to settling dust while in its transit configuration. Standards The following standards and instructions apply to this new capability. Doc #Title MIL-STD-129Military Marking for Shipment and Storage MIL-STD-130Identification Marking of U.S. Military Property MIL-STD-810Test Method Standard for Environmental Engineering Considerations and Laboratory Testing MIL-STD-1399Interface Standard for Shipboard Systems MIL-STD-1472Human Engineering DoDI 8500.2Information Assurance Implementation We are asking industry to provide a response to this RFI that includes: � Provide a Rough Order of Magnitude (ROM) cost estimate for the product. � Articulate how your solution applies to the tactical enterprise within various domains and at a Battalion echelon. Review of this information is being performed by NIWC Atlantic Code 63400, which aims to conduct objective comparative assessments and validations of commercial products to determine if the solution meets the Government�s requirements. All information received will be treated as public knowledge and may be used in NIWC Atlantic documentation; therefore, vendors should not submit proprietary information in response to this RFI. Specific information sought includes: 1.Company information, including name, address, URL, revenue, and number of employees. 2.Whether the company is a manufacturer or distributor. 3.A point of contact for follow-up information, and the point of contact�s phone number and e-mail address. 4.Product name and a description of features. 5.Cost information such as purchase price and General Services Administration (GSA) schedule information. The submitted information will be evaluated for inclusion in NIWC Atlantic projects. If a NIWC Atlantic project requiring this type of equipment is executed, the equipment selection will be based upon a number of factors, including responder surveys and focus group inputs. Consequently, follow-up requests for feedback should not be made through Federal Business Opportunities posting agency. Vendors may be contacted following submission for more detailed product information. Submittals Respondents are required to submit complete product information that demonstrates the specifications identified above. The respondents may be able to provide a portion of the requirements listed above. This same announcement is located on The technical point of contact is William Roenke at william.roenke2.civ@us.navy.mil, and Bernard Drayton, Bernard.drayton.civ@us.navy.mil. If contacted, ensure �FY24 MCCIS Hardware Refresh� is in the subject line. This RFI is for information gathering and planning purposes only, and should not be construed as a Request for Proposal (RFP) or solicitation of an offer. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. Submission of vendor information constitutes consent to publication of that information in NIWC Atlantic documentation. E-mail your non-technical contract related questions to the Contracting Specialist Alex Faulconer at William.a.faulconer.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c775f4269fb4c84ba7e12edf9a6812d/view)
 
Record
SN06825823-F 20230913/230911230059 (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.