Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
SPECIAL NOTICE

70 -- Storage as a Service - a block based storage system to interface with the current environment

Notice Date
2/3/2017
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PL83220033
 
Point of Contact
Cheryl A. Moody, Phone: 6182299654
 
E-Mail Address
cheryl.a.moody5.civ@mail.mil
(cheryl.a.moody5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Product Lead (PL) Acquisition, Logistics, Enterprise Systems and Services (ALTESS), Radford, VA., is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. •1. Overview/Purpose/ Description of Procurement ALTESS seeks information for Storage as a Service. It would be a block based storage system that will interface with its current environment. This system must allow flexibility for expansion and collapsing of capacity, while maintaining a per terabyte level of performance. This system should be billed according to the physical capacity used on a monthly basis. •2. Scope of Effort The initial minimum commitment for this storage procurement is 80TB with a maximum expansion to 500TB. •3. Technical Characteristics Salient Characteristics: •1. Product shall have the ability to increase IOPS and storage capacity independently, and for either to be changed without requiring service outage. •2. Product shall have the ability to upgrade system firmware with no service outage. •3. Product shall have the ability to be managed from within existing VMWare vCenter administration console. •4. Product shall have the ability to support encryption at the volume level. •5. Product shall have the ability to bill monthly for physical capacity used. Billable capacity calculation will be the physical capacity used after all deduplication, or other compression methods have been applied. An agreed upon minimum and maximum level will be required. •6. Product shall have the ability to provide lower than one millisecond latency from the array to applications. •7. Product shall have the ability to upgrade system firmware without requiring assistance from the manufacturer's technical support. •8. Product shall have the ability to provide redundancy of all systems such as drive controllers through Active/Standby methodology to provide resiliency against service outages. •9. Product shall have the ability to support replication between physically separate sites using in-flight encryption with minimum AES 256. •10. Product shall have the ability to provide RAID Level 6 arrays for all disk caches. •11. Product shall provide reports on its total storage capacity, used storage capacity, and available storage capacity. •12. Product shall provide services of features for its entire capacity without the need for separate licensing. No additional licensing for marketed features, protocols, etc. should be required. Compatibility: •1. Product will interoperate with the following via fibre channel-based SAN • i. IBM SAN Volume Controller running any release of SAN Volume Controller code 6.4 or higher • ii. Brocade DCX and Brocade DCX-4S fibre channel switches running Fabric OS version 7.4 or later with a single or dual fabric architecture • iii. Windows 2008R2 or later • iv. Solaris 10 or later • v. VMWare ESXi 5.0 or later •2. Product shall be capable of being installed into government-provided APC NetShelter SX AR3100 rack enclosures, with a minimum of 400 Tebibytes (TiB) of addressable storage capacity per enclosure. Support: •1. Product shall comply with all US Army, Department of Defense, and US federal government regulatory, policy, and technical requirements that are relevant to product. •2. Product's manufacturer shall provide installation services for product. The installation services shall be provided solely by United States citizens. •3. On-site training for product shall be provided after acceptance at the installation site. •4. On-site support personnel shall arrive within four hours of being dispatched. •4. Requested Information ALTESS is requesting solutions to provide this storage as a service with the above characteristics and conforming to the requirements. ALTESS is also interested in plans for an exit strategy whether due to the government needing to terminate the service or due to the incumbent contract holder not receiving the follow on contract. Response Guidelines : Interested parties are requested to respond to this RFI with a white paper. Submissions are single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than Monday, February 21, 2017 at 8:00 am Eastern Standard Time (EST) to cheryl.a.moody5.civ@mail.mil. Industry Discussions: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to cheryl.a.moody5.civ@mail.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after Monday, February 13 at 1:00 pm EST will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses Disclaimer : This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83220033/listing.html)
 
Record
SN04390539-W 20170205/170203234234-cd4c0996dcef13915f15615ab8b8791a (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.