Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOURCES SOUGHT

70 -- The USAISEC anticipates issuing a requirement for the replacement of their Storage Area Network (SAN) solution This solution will also provide for the replacement of Windows file servers with Network Attached Storage (NAS).

Notice Date
8/23/2006
 
Notice Type
Sources Sought
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
US Army C-E LCMC, Southwest Operations Office, ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z06T0089
 
Response Due
9/23/2006
 
Archive Date
11/22/2006
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis General Information Document Type: Sources Sought Notice Classification Code: A70 Electronic Computer Manufacturing Set Aside: To be Determined NAICS Code: 334112-Computer Storage Device Manufacturing Contracting Office Address: US Army Communications-Electronics Life Cycle Management Command (C-E LCMC), Acquisition Center, Southwest Sector, ATTN: AMSEL-AC- S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000 Notice to Offeror's: This Sources Sought Synopsis is being issued to assist the C-E LCMC in performing market research, to determine industry interest and capability and should not be construed as a commitment by the Government. Description: The U.S. Army Information Systems Command (USAISEC) anticipates issuing a requirement for the replacement of their Storage Area Network (SAN) solution that will provide an increase in useable storage capacity and scalability, an increase in flexibility of data allocation (i.e. file share use vs. database use, and fiber channel drives vs. SATA drives), an increase in the flexibility of connectivity (fiber channel connectivity vs. iSCSI connectivity), and an increase in data integrity and recoverability to in clude full redundancy in all aspects. This solution will also provide for the replacement of Windows file servers with Network Attached Storage (NAS). This solution must be easily managed and will include training for USAISEC Systems Administrators. USAISEC currently has a StorageTek 9176 controller-based fiber channel SAN on Fort. Huachuca Arizona. The manufacturer will stop supporting this system on September 30, 2006. As a result, USAISEC has a need to replace the current system. USAISECs current system consists of approximately 23 Terabytes (TB) of useable space as follows: 1) There is a fully redundant 1, Gigabit (Gb) fiber channel fabric consisting of fourteen 8-port StorageTek (Brocade Silkworm) 4108 and two 16-port 4116 switches, connecting four buildings. 2) There are four controller nodes, of which there are two nodes co-located in building A, and 1 node each in buildings B and C. The nodes in building A (10TB) provide approximately a 60/40 mix of space for file shares through Windows 2000/2003 file serv ers and database space for Microsoft Exchange 5.5 and Microsoft SQL. The node in building B (5TB) provides approximately an 85/15 mix of file server space and SQL space. The 8TB of space on the node in building C is set aside exclusively for Disaster Reco very (DR) and Continuity Of Operations (COOP). All space at all locations is currently on 169GB fiber channel drives. 3) All data backup and DR is currently performed via Veritas NetBackup software to disk in building C. 4) A replacement solution shall initially require at least 30TB of useable space of which Building A shall initially require at least 15TB of useable storage with 10TB of space available through Network Attached Storage (NAS) and 5TB available through the fiber channel fabric (associated with SAN). This space will be fiber channel disk with the flexibility to add Serial Advanced Technology Architecture (SATA) disk at a later date. Building C (DR site) will initially require at least 15TB of useable stora ge with 10TB available to back up the NAS accessible space and 5TB available to back up the SAN accessible space. This space will be SATA disk with the flexibility to add fiber channel disk at a later date. Scalability and data allocation flexibility of the useable space: The above usable space must scale to at least 300% with a minimum of hardware and software change out, minimum data migration, and minimum cost. The need may also arise for the reallocatio n of space, e.g., SAN accessible space vs. NAS accessible space. Data protection and availability is to be considered at all levels of this replacement solution and may include mirroring or replication to another controller node. A replacement solution shall be simple to operate and shall include a Graphical User Interface (GUI) as well as a Command Line Interface (CLI). It is preferable that the GUI not be Java based. An installed client would be ideal. The GUI should include the ability to grow and s hrink LUNs/volumes on the fly. Full documentation will be required for both interfaces. The solicitation will require that you describe in detail your management interfaces and whether the GUI has limitations compared to the CLI or CLI compared to the GU I. A replacement solution must include a three-year warranty with all part deliveries scheduled for next business day, and 24 hours a day, seven days a week, 365 days a year full-tier telephonic technical support. Vendor comments regarding this acquisition are encouraged. C-E LCMC requests the following information from interested offerors. For marketing research purposes provide the following information: 1) State your full company name, address, and employees/revenues. 2) State whether you are listed as a small business under the NAICS 334111. 3) State your Cage Code/DUNS. 4) If you do not manufacture the end product for this requirement, State the name of the company that manufactures the product along with their business size, NAICS, and cage code. This information will determine how the nonmanufacturing rule prescribed i n 13 CFR 121.406(b) applies to a small business. 5) Is your company able to provide the minimum requirements detailed in this synopsis? If so, explain how your company can meet any part or all of the above mentioned criteria. Limit statement to five (5) pages. This sources sought information will assist this office in determining the best strategy to maximize small business participation in this procurement. Please provide the above information by e-mail to araceli.sierria.mandy@us.army.mil no later than 1500 h ours Mountain Standard Time on August 29, 2006. Potential Offeror's are encouraged to monitor the status of this acquisition on the Army Single Face to Industry (ASFI) website. The technical point of contact for Information Systems Command (ISEC) is Nick Lebano at (520)538-8385. The C-E LCMC Acquisition Center intends to release solicitation W9128Z-06-T-0089 in the form of a Request for Quote (RFQ) on or about September 1, 2006 with quotes due (7) days thereafter. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via www.FedBizOpps.gov. Offerors should register at FBO to be included on the Offeror list to download the solicitation and any subsequent amendments. Point of Contact Araceli.Sierra-Mandy, 520-533-0362 US Army Communications-Electronics Life Cycle Management Command, Southwest Sector. Questions may be submitted via email to: araceli.sierra.mandy@us.army.mil. Please reference in the subject of your email Sources Sought SAN on all correspondence. Place of Performance Address: US Army Information Systems Command (USAISEC) ATTN: AMSEL-IE-MS-IM BLDG 80811 Arizona Street Fort Huachuca, AZ Postal Code: 85613-6000 Country: US
 
Place of Performance
Address: US Army C-E LCMC, Southwest Operations Office ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-6000
Country: US
 
Record
SN01123624-W 20060825/060823221537 (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.