Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SPECIAL NOTICE

99 -- RFI PC and MCM Server

Notice Date
6/4/2015
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_000BB40E
 
Archive Date
6/11/2015
 
E-Mail Address
Contract Specialist
(jackie.luna@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic, Code 55150 is seeking information on commercially-available PC and MCM Servers. The PC and MCM Server must be capable of the following: 1. General 1.1. The server shall be capable of being slide mounted in a 19 rack. 1.2. The server shall be compatible with Red Hat Enterprise Linux (RHEL) 6.X. 2. Physical Note 1: All physical location references are made from the viewpoint of an observer positioned in front of the server looking at the servers front panel. 2.1. The server dimensions shall not exceed 3.44 H (2U) X 17.25 W X 15 L not including handles. 2.2. The server side mounting holes shall accommodate Jonathan Engineering Inc.; part number 125L-XX, aluminum equipment slides of the length most suitable for the proposed server. 2.3. The server handles shall not protrude from the surface of the front panel more than 5/8. 2.4. All server front panel indicators shall be uniquely labeled. 2.5. All server front panel devices shall be uniquely labeled. 2.6. All server rear panel Input/ Output (I/O) connections shall be uniquely labeled. 2.7. The server power switch and indicator shall be located on the right-most part of the front panel. (See Note 1 above.) 2.8. The server reset switch shall be located on the right-most part of the server front panel. (See Note 1 above.) 2.9. The server compact disc (CD)/digital versatile disc (DVD) drive shall be located on the right-most part of the server front panel. (See Note 1 above.) 2.10. The server rear panel power connections shall be located on the right-most part of the rear panel. (See Note 1 above.) 2.11. The server rear panel Peripheral Component Interconnect (PCI) and/or Peripheral Component Interconnect Express (PCIe) expansion slots shall be located on the left-most part of the rear panel. (See Note 1 above.) 3. Electrical 3.1. The server shall operate on Shipboard Type I Electrical Power System of 115 Volts Root Mean Square (Vrms) ungrounded single phase. 3.2. The server shall have redundant hot swappable power supplies suitable for server operation. 3.3. The server power supplies shall use standard International Electrotechnical Commission (IEC) C14 power connectors, per IEC 60320. 4. Front Panel Interfaces 4.1. The server shall have one (1) front accessible Integrated Drive Electronics (IDE) or Serial Advanced Technology Attachment (SATA) CD/DVD bay. 4.2. The server shall have two (2) front accessible SATA or Serial Attached Small Computer System Interface (SCSI) (SAS) Hard Disk Drive (HDD) bays. 4.3. The server shall have no front facing Universal Serial Bus (USB) ports. (Objective) 4.4. The server shall have a visual indication of HDD failure for each server HDD. 4.5. The server shall have a visual indication of HDD activity for each server HDD. 4.6. The server shall have a power switch and visual indication of power status. 5. Smartcard Interface 5.1. The server smartcard readers shall be able to read Class A, B and C cards (for use with Department of Defense [DOD] Secret Internet Protocol Router [SIPR] Common Access Cards [CACs]) and not be firmware upgradable. 5.2. The server shall have two (2) front panel accessible smartcard readers. 5.3. The server smartcard reader bay/bays shall allow insertion of smartcards without removal or opening of any access panels. 5.4. The smartcard reader assembly/assemblies shall be removable from the front without server disassembly. Note: It is acceptable if physical access to the smart card reader electrical interface connection requires the removal of the server enclosure cover. 5.5. An inserted smartcard (3-3/8 long) shall not protrude from the server faceplate more than 11/16 or less than 1/4. 5.6. The smart card readers shall be compatible with RHEL 6.x. 6. Rear Panel Interfaces 6.1. The server shall have a minimum of one (1) RS-232 serial port. 6.2. The server shall be capable of the installation and operation of two (2) PCIe Performance Technologies Inc. Sync/Async Serial PCIe Adapters (part number PT-PCE335-11204) (customer supplied). 6.3. The server shall have a minimum of three (3) 10/100/1000 Megabits per Second (Mbps) IEEE 802.3 network ports controlled by a minimum of two(2) separate Ethernet controllers. 6.4. The server shall have a minimum of one (1) video port capable of resolution equal to 1280 X 1024 (Super Extended Video Graphics Array [SXVGA]) or greater than 1280 X 1024 (SXVGA). (Objective) 6.5. The server shall be capable of analog and digital video. 6.6. The server shall have four (4) or more (Objective) rear facing type-A (female) USB 2.0 ports. 6.7. The server shall be equipped with an AC 97 compatible stereo audio output. 6.8. The physical audio output interface shall be implemented using a standard 3.5 mm (F) (1/8) stereo jack. 7. Internal Interfaces 7.1. The server shall be equipped with a processor of equal or greater (Objective) processing power to one (1) Quad Core 3.0 Gigahertz (GHz) processor. 7.2. The server motherboard shall provide an unused processor socket for future upgrade. (Objective) 7.3. The server shall be equipped with six (6) Megabytes (MB) or greater (Objective) of total cache (Level 2 [L2] and Level 3 [L3]). 7.4. The server shall be equipped with four (4) Gigabytes (GB) or greater (Objective) of Random Access Memory (RAM). 7.5. The server shall be upgradeable to thirty-two (32) GB or greater (Objective) of RAM. 7.6. The server shall have a point-to-point processor interconnect bus capable of 5.0 Giga-transfers per second (Gt/s) or greater (Objective). 7.7. The server shall have a hardware based Redundant Array of Independent Disks (RAID) capable of RAID 1 (mirrored) operation (no hardware augmented/assisted software RAIDs are acceptable). 7.8. The server shall have unused PCIe bus capacity for future upgrades (Objective). 8. Storage and Media Devices 8.1. The server shall be equipped with two (2) front removable 2.5 Solid State Drives (SSDs) with a minimum capacity of 128 GB each. 8.2. The server shall be equipped with one (1) CD/DVD drive that at minimum is capable of reading CD Read Only Memory (CD-ROM) and DVD Read Only Memory (DVD-ROM) discs and reading and writing CD Recordable (CD-R), CD Rewritable (CD-RW), DVD Recordable (DVD-R), DVD Plus Recordable (DVD+R), DVD Rewriteable (DVD-RW), DVD Plus Rewriteable (DVD+RW) discs. 9. Environmental 9.1. The server shall be of rugged construction and capable of passing the MIL-STD 901D Grade B, lightweight, Type A equipment testing when installed in a hard mounted 19 rack as part of the SUT (System Under Test). 9.2. The server shall be capable of passing the vibration testing of MIL-STD-167-1 for Type I equipment when installed in a hard mounted 19 rack as part of the SUT. The Type I vibration test of MIL-STD-810G Method 528 will be used. 9.3. The server shall be capable of passing ship motion and attitude in accordance with conditions specified in DOD-STD-1399, section 301 by meeting the inclination requirements of MIL-STD-2036A, Appendix D when installed in a hard mounted 19 rack as part of the SUT. 9.4. The server shall have a rated operating temperature range greater than or equal to 0 to 50 C (MIL-HDBK-2036: Table XII). 9.5. The server shall have a rated storage temperature range greater than or equal to -20 to 60 C. 9.6. The server shall be capable of passing the emission and susceptibility requirements of MIL-STD-461F and DoD-STD-1399 when installed in a 19 rack as part of the SUT. The tests to be conducted are as follows: CE101, Conducted Emissions, Power Leads, 30 Hz to 10 kHz CE102, Conducted Emissions, Power Leads, 10 kHz to 10 MHz CS101, Conducted Susceptibility, Power Leads, 30 Hz to 150 kHz CS106, Conducted Susceptibility, Transients, Power Leads CS114, Conducted Susceptibility, Bulk Cable Injection, 10 kHz to 200 MHz CS116, Conducted Susceptibility, Damped Sinusoidal Transients, 10 kHz to 100 MHz RE101, Radiated Emissions, Magnetic Field, 30 Hz to 100 kHz RE102, Radiated Emissions, Electric Field, 10 kHz to 18 GHz RS101, Radiated Susceptibility, Magnetic Field, 30 Hz to 100 kHz RS103, Radiated Susceptibility, Electric Field, 2 MHz to 18 GHz DC Magnetic Field Bonding 10. Maintenance 10.1. The server purchase price shall include a three (3)-year technical support contract. 10.2. The server documentation provided by the equipment vendor will include Mean Time Between Failure (MTBF) statistics (Objective). 10.3. The server documentation provided by the equipment vendor will include estimated life cycle support statistics (Objective). Review of this information is being performed by SSC-LANT Code 55150, which aims to conduct objective comparative assessments and validations of commercial PC and MCM Servers to determine if the solution meets the Governments requirements. All information received will be treated as public knowledge and may be used in SSC-LANT 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 contacts 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 SSC-LANT projects. If an SSC-LANT 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. This same announcement is located on SSC LANT'S e-commerce web site: https://e-commerce.sscno.nmci.navy.mil. If you encounter issues regarding access to the website, please contact the webmaster. The technical point of contact is David Fuller at david.fuller1@navy.mil. If contacted ensure RFI PC and MCM Server 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 SSC-LANT documentation. E-mail your non-technical contract related questions to the Contracting Officer at jackie.luna@navy.mil. Submissions are due by noon (EDT) on 11-JUN-2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/54a46dc88fb81d195933acc5fc36ae86)
 
Record
SN03754429-W 20150606/150605000620-54a46dc88fb81d195933acc5fc36ae86 (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.