SOURCES SOUGHT
70 -- Storage Solution for Hosting Services Branch
- Notice Date
- 6/12/2012
- Notice Type
- Sources Sought
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIH-LM-2012400
- Archive Date
- 6/16/2012
- Point of Contact
- Damian Hurge, Phone: 3018275452
- E-Mail Address
-
hurgeda@mail.nih.gov
(hurgeda@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The Office of the Chief Information Officer, NIH, is seeking capability statements from organizations (NAICS 334112) with experience with providing Storage Solution for the hosting Services Branch. This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources relative to the NAICS code. Requirements and Tasks: Storage environment requirements for CIT/DCSS/HSB Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to meet or exceed the following requirements. 5.1 Tier 1 Storage requirements: Minimum Mandatory Requirements 5.1.1 Storage array must be able to natively replicate to Hitachi Virtual Storage Platform. 5.1.2 Disks should be enterprise class:8Gb/s Fiber Channel, 6Gb/s link speed SAS, 10K or 15K RPM, 450 or 600GB or higher capacity.Fast I/O speed is an important requirement, if larger disk capacities reduce I/O speed significantly when compared to 600GB FC drives these will not be considered enterprise class disks. SSD must be an available option which can be included later.Vendor may choose to include SSD disks to offset any latency of higher capacity disks as long as the storage system itself will handle the SSD usage to balance I/O speed across the entire storage system seamlessly without manual intervention or continuous need for manual reconfiguration. 5.1.3 High Availability of 99.9999% uptime. Power inputs should be fully redundant. 5.1.4 Non-disruptive maintenance for all maintenance is required for Tier 1 storage to eliminate/reduce downtime. Online maintenance must include any firmware updates, any disk, controller, memory, cpu or power supply replacements and other hardware replacements as well as capacity upgrades. Document if any component is not able to be replaced hot (while servers and applications are online actively using storage). Also document any type of maintenance which will require an outage on the storage array. 5.1.5 Online maintenance must be supported for the all the OS types and combination of hardware and software listed on the spreadsheet attached. Documentationsupporting online maintenance must be provided. A live demo showing the online maintenance may be requested for any combination of components. 5.1.6 Storage Controllers should have minimum of 16 host ports and have at least 32GB for controller cache and a minimum of 128GB overall global cache. Cache and ports should be expandable. 5.1.7 Controller ports for host assignment should be at least 8GB fiber channel. 5.1.8 The controllers must have internal aggregate bandwidth of 80GB/s. 5.1.9 Minimum I/O bandwidth of 320MB per 4GBfiber port, or 90MB per 1GB pipe. The performance test bed environment should include at least five hosts attached to the port being monitored, two of the systems attached must be running Solaris 10 with eitherVeritas dmp, or mpxio, with a highly transactional active DB each and each system should have at least 180 LUNs, each LUN should be 200GB minimum size. 5.1.10 Array must support LUNs of 1GB to 5TB in size. 5.1.11 Please document any restrictions on lun queue depth on the controllers. 5.1.12 Built in logic of the hardware must include data protection and automatic failover without impact. It must also support active/active non-manual load balancing using Solaris mpxio, veritasdmp, hp-ux 11iv3 native agile pathing and Windows native load balancing. A demo of automated load balancing capabilities using Solaris mpxiorunning in an active/active state may be required.The Solaris host must be both able to load balance any I/O on at least two separate controllers and perform failover without interruption to the running host applications or any outage using its native mpxio.(A live demonstration may be requested by the government). 5.1.13 The storage environment and all provided storage devices, must support current and future versions of the systems listed in Table1. 5.1.14 Solution must support the following cluster Software - HP ServiceGuard, Veritas Cluster, Oracle CRS, Windows Cluster 5.1.15 Solution must support HBA cards - Qlogic, Emulex, vendor released version of QLogic and Emulex cards, including 2, 4, 8Gb/s cards. 5.1.16 Must provide support for RAID 1,5,6&10 or equivalent. Preferred Tier 1 attributes but not mandatory 5.1.17 Array must support LUNs of 1GB to 20TB in size. 5.1.18 Must expand to at least 100PB in a single management framework. 5.1.19 Solution must support the following cluster Software - Sun Cluster, IBM HACMP, Red Hat Cluster   Information Requested: Sources having the ability to provide the professional services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Damian Hurge, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 5PM LOCAL PREVAILING TIME ON May 15, 2012, AND SHALL BE SENT VIA E-MAIL TO: hurgeda@mail.nih.gov. This requirement is being processed for CIT by the National Library of Medicine (NLM), NIH. Point of Contact The Point of Contact for this solicitation is Damian Hurge Place of Performance Address: 10401 Fernwood Road, Bethesda, Maryland Postal Code: 20892 Country: United States This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent or the Government's use of the information. Any proprietary information should be so marked. Interested organizations presenting a capability statement in response to this sources sought announcement must identify their size status.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIH-LM-2012400/listing.html)
- Place of Performance
- Address: 10401 Fernwood Rd, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02773677-W 20120614/120612235702-693341f310a102f44e4fdb2e45cfa7f6 (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 |