Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

70 -- Storage Area Network (SAN)

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893609T0203
 
Response Due
8/14/2009
 
Archive Date
8/14/2010
 
Point of Contact
Erica Aragon 760-939-3974 Ted Fiske, 760-939-8182<br />
 
E-Mail Address
Erica Aragon
(erica.aragon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA, is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N6893609T0203 is issued as a Request for Quote (RFQ). All responsible sources may submit a quotation, which shall be considered by the agency. The Naval Air Warfare Center Weapons Division China Lake, CA, intends to procure a Storage Area Network (SAN) on a full and open competition basis. The SAN must meet all of the following technical requirements. The SAN is to be a collection of storage devices connected to servers over a high-speed switch network and dedicated to the task of storing, sharing and protecting data. This SAN shall be a complete system to include rack enclosure(s), controllers, disk drives, switches, processors, host adapters, cables, software, management, power units, installation, support, training and all other necessary items to make this a turnkey system. Hardware Requirements: Minimum storage capacity supported - at least 1 terabyte. Maximum storage capacity supported - expandable to at least 40 terabytes (fibre channel). Initial storage capacity required - 5 terabytes (all fibre channel). Drive types supported: fibre channel, FATA. Drives supported: 300GB, 400GB, 450GB and 600GB @10k rpm; 146GB, 300GB, 450GB @15k rpm; 1TB (FATA). Minimum 12 drive slot capacity. Maximum drive capacity supported - expandable to at least 96 drive slots. RAID or VRAID types supported - RAID0, RAID1, RAID5 and RAID6 minimum. Operating Systems supported: Windows 2003, Standard Edition (32 and 64-bit), Windows 2003 Enterprise Edition (32 and 64-bit), Windows XP, VMWARE, Sun Solaris, HP-UX. Supports block and file level data services. Host connections supported: fibre channel, iSCSI (optional). Host connections: minimum of 20 fibre channel, expandable to minimum of 48. Host connection speed: auto sensing 1, 2, 4 GB/s, 8GB/s optional. Cache per controller pair: 4GB. Cache battery backup time: 96 hours. Fault tolerance: Dual redundant controllers; hot pluggable power supplies, fans, cache batteries, I/O modules, environmental monitoring units, disks, power distribution units, embedded switches. Environmental monitoring of power and temperature levels. Software Requirements: All proposed software to perform installation, configuration and replication functions must part of the FAM (Functional Area Management) initiative and registered in DADMS (DON Application and Database Management System). Current DADMS ID and status of all proposed software applications must be provided as part of each vendor proposal. Storage management software that provides simple, intuitive, GUI-based storage management and monitoring. Provides ability to expand and configure LUNs and raid groups with a minimum number of steps. Also provides simple creation of disk space to add capacity with no downtime. Storage replication software that provides a simple, intuitive GUI-based interface and scripting environment for creating, running, and managing storage replication jobs using controller based, snapshots, clones and remote mirroring. Storage installation software that provides a simple, intuitive GUI-based interface to perform all initial installation functions upon initial power-up to the point where storage configuration begins. Storage Rack Requirements. All SAN components shall be contained inside of one standard communications rack. Rack shall be no larger than 80 inches high, 24 inches wide, and 40 inches deep. Rack shall include all necessary components including sides, front and back doors, mounting rails, exhaust ventilation, power distribution units, shelves, floor mounts and all mounting hardware. Host BUS Adapter Requirements. Proposal shall include two host bus adapters (HBA) per system to connect 17 host systems to the storage area network in a redundant, dual-connected environment. HBA's shall be single channel, PCI-X 2.0 compatible. HBA's shall be a minimum of 4GB/s, with 8GB/s speed given extra consideration. HBA's proposed must include all hardware, software, cabling and drivers. Proposed SAN and host bus adapters must be 100% compatible with the following components: Hewlett Packard DL380 G2, G3, G4, and G5 Servers; Hewlett Packard DL580 G2 and G5 Servers; Windows 2003 Server Enterprise; Windows 2003 Server Standard; VMWARE Server; Acronis True Image; SyncSort Backup Exec;Verita! s Backup Exec. HighAvailability/Fault Tolerance: Rated at 99.999% availability with dual redundant design; Dual redundant controllers for increased fault tolerance; Hot plug drives, power supplies, fans, and industry failover software; Battery back-up for controller cache memory. Installation. This requirement shall include complete, turn-key installation. All components of this system must be fully installed and configured. This includes delivering all equipment, installing all hardware and software, configuring hardware and software to make system fully integrated and operational in customer environment, and training customer in operation and management of the system. Support. Warranty shall be a 3 year, 24 hours a day, 7 days a week, on-site warranty with a 4 hour response time. Warranty shall include all parts and labor. Warranty support shall include all hardware and software problem diagnosis and troubleshooting, all hardware replacement, software upgrades (including new releases) and technical support. Telephone technical support shall be provided 24 hours a day, 7 days a week. The required delivery date for this procurement is 30 days after receipt of order. Early delivery is acceptable and encouraged. The provision FAR 52.212-1 Instruction to Offerors- Commercial Items (Jan 2005), applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on the lowest price technically acceptable. Offeror must include a completed copy of provisions at FAR 52.212-3 (Alt I) Offeror Representations and Certifications- Commercial Items (Mar 2005) and DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items (June 2005) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov. FAR Clause 52.212-4, Contract Terms and Conditions- Commercial Items (Sep 2005) applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2006) and DFARS Clause 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions- Commercial Items (Oct 2006); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations On Subcontracting (DEC 1996)! ; 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-50 Combating Trafficking in Persons (AUG 2007); 52.232-33 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.203-3 Gratuities (Apr 1984); 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Oct 1995); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Governments Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Sept 2006); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in US Currency (Apr 1991); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Jan 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 52.233-2 Service of Protest;252.225-7001 Buy American Act And Balance of Payments Program (Jun 2005); 252.225-7016 Restrictions on Aquisiitons of Ball and Roller Bearings (MAR 2006); 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program (MAR 2007); 252.225-7002 Qualifying Country Sources AS Subcontractors (APR 2003); 252.225-7012 Preference For Certain Domestic Commodities (MAR 2008); 252!.225-7013 Duty Free Entry (OCT 2006); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.204-7004 Required Central Contractor Registration - Alt A (Nov 2003); 252.225-7000 Buy American Act And Balance of Payments Program Certificate Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.243 7001 Pricing Of Contract Modifications (DEC 1991); 252.243-7002 Requests for Equitable Adjustments (MAR 1998); 52.223-11 Ozone-Depleting Substances (MAY 2001); 252.204-7006 Billing Instructions (OCT 2005); 252.211-7003 Item Identification And Valuation (AUG 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002); 5252.232-9513 Invoicing and Payment (WAWF) Instructions (MAR 2008); 52.424-15 Stop-Work Order; 52.243-1 Changes - Fixed Price; 52.223-10 Waste Reduction Program; 5252.246-9502 Standard Commercial Warranty (JAN 1992); NATEC-004 Services Furnished by the Government (AUG 2007); NATEC-005 Employment of Department of Defense Personnel Restricted (AUG 2007); The solicitation document and its incorporated provisions and clauses are those in effect through Federal Circular (FAC) 2005-26. The NAICS code is 334111 and the size standard is 1,000 employees for this procurement. The purchase order has a DPAS rating of DO-C9. The resulting purchase order/contract will be Firm-Fixed Price. Inspection and Acceptance shall be at Destination. Respondents shall submit their quote to Erica Aragon by mail to Commander, code 254200D, Attn: Erica Aragon, 429 E. Bowen Road Stop 4015, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6108; by fax to (760) 939-8329; or by electronic mail to erica.aragon@navy.mil no later than 14 August 2009 at 2:00 p.m. PST. In your quote, please include your firms Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned. The anticipated award is 31 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893609T0203/listing.html)
 
Record
SN01882014-W 20090723/090722000124-83837b5929337db5247d5edc17d75eaa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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