Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,1996 PSA#1654

42d Contracting Squadron/LGCS, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 Attn:/MARY LOU CROOK

70 -- REPLACEMENT OF MAINFRAME COMPUTERS POC MARY LOU CROOK tel: 334/953-2560/GLADYS I. MCBRIDE, CONTRACTING OFFICER CNT F01600-96-R0019 This is a market survey to locate additional sources for the procurement of computer servers. The College of Aerospace Doctrine, Research and Education (CADRE) has the requirement to replace the Air Force Wargaming Institute's (AFWI) two CDC Cyber 963-31 mainframe computers with highly expandable, high-end performance, commercially available servers. These servers will be used to develop, operate, and maintain computer adjudicated wargames used to support the Air University's Professional Military Education mission. The uncertainty of the top end computational requirement has driven AFWI to use an incremental, scalable approach to satisfying its requirement. CADRE plans to immediately procure two (2) servers that utilize the latest state-of-the-art technology. These initial servers shall meet all General specifications identified below plus the following Configuration specifications: two symmetric multiprocessing (SMP) 64-bit reduced instruction set computer (RISC) processors; one gigabyte of random access memory (RAM); seven small computer system interface (SCSI) four gigabyte hard disk magnetic drives, one 600 megabyte 8X-speed compact disk-read-only memory (CD-ROM) drive, one 8.0 gigabyte SCSI digital audio tape drive, one 3.5 inch, 2.88 megabyte floppy disk drive, two EtherNet controllers and associated ports, one Fast EtherNet controller and associated port. The following software shall be delivered preloaded: 64-bit UNIX operating system plus compatible C++ compiler and 32-bit Windows NT server operating system plus Visual C++ compiler. All software shall be the latest commercially available version with fifty right-to-use licenses. Additional servers may be purchased. In the interest of technology refreshment, newer versions of the original two servers or similar but higher performance servers may also be purchased. As necessary, the AFWI may also procure more capable, larger capacity, and additional expansion hardware and software components for these servers. These components include such items as operating systems, compilers, database management systems, network software, software development tools, RAM, hard disk drives, graphics subsystems, floppy disk drives, SMP RISC processors, tape drives, CD-ROM drives, I/O buses and slots, UPS, video drives, network and disk controllers, etc. This procurement is not expected to exceed six fully configured, fully loaded servers and the Government reserves the right to purchase these servers within a three year period. General specifications for all servers purchased are as follows: Servers shall be equipped with multiple 64-bit SMP RISC processors. Servers shall be capable of using Oracle Corporation's 64-bit Very Large Memory (VLM) technology. Servers shall be provided with input/output (I/O), 64-bit peripheral component interface (PCI) bus(es). Servers shall utilize redundant array of independent disk (RAID) technology on internal hard disk storage and shall be capable of adding RAID hard disk storage controllers to PCI I/O bus(es). Servers shall be capable of operating with both a 64-bit UNIX and a 32-bit Windows NT server operating system with only minor hardware or software modification. Servers shall be internally and externally highly expandable. The servers shall have the capability to add additional and faster SMP 64-bit RISC processors, additional and larger hard disk storage drives, PCI I/O devices, and RAM. Servers shall have the capability to be clustered together to behave as a single system. Servers shall also have the ability to add additional hard disk storage in external expansion cabinets. Servers shall be provided with auto-scanning from video graphics array (VGA) to 1280 x 1024 at a 75 hertz vertical refresh, non-interlaced (NI) twenty-one inch color monitor associated video driver. There shall be at least 256 simultaneous viewable colors from a palette of at least a million colors with resolution at 72 hertz. The monitor shall have anti-reflection, anti-glare, anti-static coating. Servers shall operate in a standard office environment with special cooling or power requirements. Each server shall be enclosed in a 19 inch industry-standard cabinet with standard RETMA mounting rails. Each server cabinet shall be mounted on rollers and have front and back equipment access. The servers shall come with graphics monitors, three button mouse, and keyboard with typewriter-style main key array, separate numeric keypad and at least eight special function keys. These items shall be capable to being remoted to a nearby standard office desktop. These servers shall come with a minimum three-year on-site, next day response hardware warranty. Warranty service will be provided during AFWI's normal business hours. Also a ninety day software advisory level telephone support during normal business hours shall be furnished with this purchase. Normal business hours are from 8:00 a.m. to 5:00 p.m. Monday through Friday. Servers and associated software shall be Year 2000 and Energy Star compliant. Those firms who are interested in being considered in this market survey or as a source for this acquisition must submit literature describing their capabilities. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating the capability to satisfy the requirements specified herein. The documentation shall include prices, GSA Contract Number (if applicable), and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. As a result of analyzing responses to this synopsis, the contracting officer may determine that a solicitation will be issued. Verbal communications will not be considered. Responding firms shall indicate whether they are a dealer or a manufacturer. Firms responding shall indicate whether or not they are a small or small disadvantaged business concern. For the purpose of this requirement any concern employing 1000 or less employees is considered a small business. Solicitation Number: F01600-96-R0019. The Standard Industrial Classification Code for this procurement is 3571. Documentation submitted shall provide sufficient detail to enable our technical personnel to perform an evaluation. All pertinent information shall be received in this office within 15 days after publication of this notice. Your interest in this announcement is strictly voluntary. Please be advised that all cost/expenses associated with this effort will not be reimbursed by the Government. All responses from responsible sources will be fully considered by this agency. (0219)

Loren Data Corp. http://www.ld.com (SYN# 0464 19960807\70-0016.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page