Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1995 PSA#1360

United States Property and Fiscal Office for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748

70 -- IOX BOARD SUBSYSTEMS Sol DAHA40-95-R-0006. Contact Mrs. Linda Merryman, Purchasing Agent, (615-532-3245) or LTC James L. Coonce, Contracting Officer. The Tennessee Army National Guard intends to initially purchase one (1) IOX board from the Marrioch Corporation with an optional requirement for two (2) additional boards within an eighteen (18) month time period. The IOX board as manufactured by the Marrioch Corporation consists of an input/output board, disk drives (Seagate), and tape 4mm tape subsystem (Hewlett Packard) for the Unisys 5000 system. The requirement is for a complete subsystem for the purpose of increasing the I/O board processing speed on the Unisys 5000 system in order to keep up with CPU processing speed. For the Government to consider other competing sources, such equipment must meet the following requirements: It must support a minimum of three FAST and WIDE SCSI-II type disk drives with capacities of 2 GB to 4 GB per drive, disk drives must have a transfer rate of 20 Mbytes/sec, minimum cache buffer size of 1024 Kbytes, track to track seek of 0.8 milliseconds or less, a Mean Time Between Failures of 800,000 hours, an Average Latency of 4.2 milliseconds or less, an average seek time of 9 milliseconds or less, and a maximum seek time of 9 milliseconds or less. The Hewlett-Packard 4mm DAT tape drive must have a capacity of 4 to 16 Gbytes on a 120mm tape, have a buffer size of 1 Mbyte, have tape compatibility with DDS-1 60m, 90m, and DDS-2 120m; have a typical sustained transfer rate of at least 1.0 Mbytes/sec; have a Mean Time Between Failures of over 200,000 hours at a 12% duty cycle; have data compression and a syncronous SCSI interface; and an uncorrectable error rate under 1 in 1,000,000,000,000,000 bits. Additionally, the disk and tape drives must accept standard mix commands currently available on the Unisys 5000 such as tar, cpio, ect. A maintenance contract for replacement/repair of any items must be available for no more than an annual charge of 10% of the purchase price of each component that is out of warranty. The disks must come with a 5 year warranty (at no additional cost). The I/O board must be both a high performance SCSI controller board and ethernet controller board. The SCSI portion of the controller board must contain a minimum of 512 Kbytes of fast static ram (for I/O caching and program space) and a 32-bit controller chip. The SCSI bus must be a FAST and WIDE SCSI-II implementation with a 20 Mbyte/sec transfer rate when in WIDE mode. The transfer rate when writing to tape must be 10Mbytes/sec. The SCSI bus must dynamically convert between WIDE and normal modes, depending on the requirements of the device. The SCSI bus must implement parity and support at least 5 additional devices. The Ethernet portion of the board must also contain a minimum of 512K of fast static ram and an intelligent ethernet controller chip. The ethernet interface must be plug compatible with our existing NET5000 Ethernet interface cable. These components must be compatible with the existing Unisys 5000 system, to include the PCS hard drives, PCS 8mm tape drive, and the 68040 processor board (which was purchased from Unisys). Additionaly, the disk and tape drives must accept standard unix commands currently available on the Unisys 5000 such as tar, cpio, ect. A maintenance contract for replacement/repair of any items must be available for no more than an annual charge of 10% of the purchase price of each component that is out of warranty. Another essential requirement of this equipment is that it be compatible with IOX Boards purchased by other State USPFO offices for interoperability and compatibility purposes. The disks must come with a 5 year warranty (at no additional cost). This contract action is for equipment for which the Government intends to solicit and negotiate only with the Marrioch Corporation under the authority of 10 USC 2304(c)(1) as implemented by FAR 6.302-1 unless additional sources are located. A market survey was conducted on April 6, 1995 and the results of this survey support our determination to solicit and negotiate with only one firm. (151)

Loren Data Corp. http://www.ld.com (SYN# 0416 19950602\70-0016.SOL)


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