Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

U.S. Railroad Retirement Board, Purchasing Division, Room 1230, 844 North Rush St., Chicago, IL 60611-2092

70 -- VIRTUAL TAPE SERVER SYSTEM HARDWARE, SOFTWARE AND IMPLEMENTATION SERVICES POC Paul T. Ahern, Contract Administrator, (312) 751-4535 The U.S. Railroad Retirement Board (RRB) under the statutory authority of 41 U.S.C. 253(c)(1)(FAR 6.302-1)(only one responsible source and no other supplies or services will satisfy the agency requirements) intends to place a GSA delivery order under FSC group 70, GSA contract # GS35F4984H to IBM Corporation, Inc. for hardware, software, annual maintenance and technical implementation services for the following hardware system: IBM Virtual Tape Server (VTS). VTS technology will automate and improve tape handling. This hardware/software system performs robotic tape locating, mounting, read/write functions, data compression, data "stacking", dismounting, and storage capabilities. Many virtual volumes can be stored on a single physical cartridge. Data is stored on the VTS by the mainframe, with no code changes needed, in the same way as it is currently written to tape. The VTS, however, manages the process automatically with the initial storage location being high-speed RAID disk cache. The VTS disk cachecan hold hundreds of virtual tape volumes. The cache is managed so that it retains the most recently accessed virtual volumes so that numerous mount requests for the same data can be satisfied at disk speed from the cache. As the cache is filled up, the least recently accessed data sets are copied to 3590 Magstar cartridge tapes. Each Magstar cartridge can contain 10 gigabytes of uncompressed data or 30 gigabytes of compressed data. The VTS internally manages the tape utilization by placing multiple data sets on the same cartridge thereby utilizing cartridge space very efficiently. When a data set is retrieved, the VTS first checks the disk cache for the required data, retrieving it rapidly if it is available. If the data has been moved out of cache to tape, the tape is located, mounted in a drive, the data set is found, and the data (or as much of the data as possible) is written to the VTS disk cache for mainframe access. The VTS being purchased will, at a minimum consist of the following products and services or have the following minimum characteristics: 1) IBM 3494-B16, or better, Virtual Tape Server system; 2) IBM 3494-D12 control unit with necessary features; 3) four (4) each 3590 tape drives; 4) 72 gigabytes of high speed disk cache; 5) 210 each 3590 Magstar disk cartridges; 6) two (2) each ESCON high-speed input/output channels; 7) all necessary software; 8) IBM implementation assistance service package, consisting of approximately 85 hours of software planning, training and consulting on set-up of automatic selection routines, and other VTS operations; 9) System maintenance for a maximum of four (4) one-year periods after the expiration of the one-year warranty period. This synopsis is an intention to award and no solicitation is available. However firms that respond to this notice must furnish concise responses directed specifically to the functionalities of the hardware, software and accompanying implementation and maintenance services as listed above. Sources demonstrating the capability of furnishing the above hardware, software and services shall supply pertinent information in sufficient detail to demonstrate their ability to furnish the hardware, software and services. Information furnished shall include enough material to perform a proper evaluation. All offers must provide a minimum of three references for similar contracts (commercial or government to include contact name and phone number) that demonstrate their ability to provide and maintain all the products with their salient functionalities specified. Telephone requests will not be honored. Facsimile responses WILL NOT be accepted. Affirmative responses are defined as written response entitled "Capability Statement" which shall demonstrate that the respondent can provide the offered hardware, software and services and that the solution offered provides the required functionalities listed above. This statement shall include the terms and conditions, delivery information, description information, descriptive literature/technical information describing the functionalities of the hardware and software system, maintenance and services offered. Concerns offering to furnish equivalent/equal products and services to the items listed above will be considered only if responding with clear and convincing documentation demonstrating their ability to meet the requirements of this synopsis. Written responses shall include complete pricing information, hardware and software descriptions containing sufficient technical and functional information to permit agency analysis to establish a bonafide capability to meet the stated functional requirements as listed above. Responses will be evaluated according to which firm can meet the functional requirements at the best value to the government, considering the lowest overall cost alternative not necessarily at the lowest price. Only affirmative responses will receive full consideration. If no affirmative responses are received within 15 calendar days from the date of listing this synopsis in the CBD, which demonstratesa lower cost/best value alternative available to the government, the contracting officer will proceed with this acquisition to IBM Corporation. All responsible sources which respond to this notice shall be considered by this agency. This is not a formal solicitation. See Note 22. Posted 08/13/98 (W-SN236741). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0472 19980817\70-0020.SOL)


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