Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
SOURCES SOUGHT

99 -- MMAC Storage Area Network Solution

Notice Date
5/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AML-210 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
3074
 
Point of Contact
Phyllis Townsley, 405-954-7816
 
E-Mail Address
Email your questions to Phyllis.J.Townsley@faa.gov
(Phyllis.J.Townsley@faa.gov)
 
Description
The Federal Aviation Administration (FAA), Office of Information Services, Network Telecommunications, Automation Services Division, (AMI-600), at the Mike Monroney Aeronautical Center, Oklahoma City, OK is requesting information for obtaining a hard drive based backup solution to either enhance or completely replace the current tape based system presently being used. This announcement is to initiate industry involvement, gather information, obtain price information, determine the level of competition, and obtain comments about the requirement. Information for replacing the current, tape only, system should be based on, but not limited to, the current list of servers as provided below. Any additional servers or other types of hardware required/recommended should be listed. A Storage Area Network (SAN) solution using fiber channel connection is the preferred method of replacement. An optional, secondary, SAN or tape solution for long term off-site storage is also requested. Requirements 1. Replacement solution should, at a minimum, be able to handle the current storage requirements plus ten (10) percent (see storage requirements below) 2. Solution must be expandable with minimal effort. Plug and go storage devices (i.e. SAN) preferred over equipment requiring partitioning and/or extensive reconfiguration. 3. Desirable to have optional estimate/feasibility information for getting a new tape drive system as compared to using current tape drive systems to backup/off load specified data from new system. 4. Shall have the ability to restore data directly from tape devices (if used). Should not be required to restore to intermediate location. 5. Assumption is that all servers are currently using 10/100 NICs. 6. Provide a list of hardware, software, and maintenance costs along with any warranty information or other documentation that may be deemed important or necessary for this information request. Maintenance/Warranty costs should be based on a minimum of three years. Server Makes and Models Currently In Use Gateway P133 (1ea) Gateway E5200 (1ea) Micron Millinna (4ea) Micron Millinna XKU (1ea) Dell Power Edge 300SC (1ea) Dell Power Edge 1300 (3ea) Dell Power Edge 2450 (1ea) Dell Power Edge 2550 (2ea) Dell Power Edge 4100 (1ea) Dell Power Edge 6300 (2ea) Compaq Proliant 800 (3ea) Compaq Proliant 1850R (1ea) Compaq Proliant 3000 (4ea) Compaq Proliant 4000 (1ea) Compaq Proliant 6000 (1ea) Compaq Proliant 5500 (1ea) Compaq Proliant 7000 (1ea) Compaq Proliant DL370 (5ea) Compaq Proliant DL850 (1ea) Compaq Proliant ML370 (3ea) Compaq Proliant ML530 (2ea) Tape Drives Currently In Use Cybernetics Spectra 215 (Tree frog) (1ea) Compaq Storage Works SSL2020 (3ea) Compaq DLT Library Model C5151C (2ea) Backup Jobs (sorted by storage duration/total data size Nightly Differential Mon-Thu 266GB (total) Overwritten the following week. Full Backup Weekend 2.5TB (total) Overwritten every four (4) weeks. Full Backup Mon-Thu 3.7TB (total) Overwritten every eight (8) weeks. Full (5th Week) Weekend 2.5TB (total) Overwritten every twenty (20) weeks. AMP Full Backup Monthly 1.6TB (total) Overwritten every 52 weeks Vendors are requested to provide a Rough Order of Magnitude (ROM) cost estimate for hardware, software, and maintenance costs for your solution. Responses to this request for information may be sent via e:mail to the contracting officer; however, if submitting brochures, literature, etc., that are not electronically available the vendor should submit entire response by mail. FAA, MMAC, Attn: Phyllis Townsley, Contracting Officer, AMQ-210, 6500 South MacArthur Blvd., Oklahoma City, OK 73125. Vendors submitting a response should provide the following information: (1) Name and address of company, (2) company size, (3) point of contact (include name, position within the company, and telephone number), (4) narrative of the firm's capabilities (not to exceed 1/2 typed page), (5) warranty information and/or other documentation that may be deemed important or necessary for this information request, (6) list of known software hardware incompatibilities, and (7) .cost estimate. . Any technical questions can be directed to Kevin Chick, 405-954-8355. Mark responses to this request for information with Announcement File #76-01, to arrive by May 15, 2003. Facsimile responses are not permitted. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responders to this announcement may be asked to provide additional details/information based on their initial submittal.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00315976-W 20030503/030502073646 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.