Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
MODIFICATION

70 -- NETWORK APPLIANCES

Notice Date
8/30/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22102
 
Solicitation Number
1064-695641
 
Response Due
9/5/2006
 
Archive Date
9/25/2006
 
Point of Contact
Name: Doug Stuck, Title: Sourcing Agent, Phone: 301.788.3839, Fax: 703.442.7822,
 
E-Mail Address
Doug.Stuck@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1064-695641 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, September 5, 2006 at 11:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Charleston, SC 29405 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, FAS3050-BASE1G-R5-C, FAS3050 1G CF, Data ONTAP, -C, R5, 1, EA; LI 002, SW-T5-CIFS-C, CIFS Software, T5-c, 1, EA; LI 003, SW-T5-ISCSI-C, ISCSI Software, T5-C, 1, EA; LI 004, SW-T5-SMIRROR-C, SnapMirror Software, T5-C, 1, EA; LI 005, SW-T5-SVPRI-C, SnapVaulth Primary Software, T5-C, 1, EA; LI 006, SW-T5-SRESTORE-C, SnapRestore Software, T5-C, 1, EA; LI 007, X700B-ESH2-R5-C, DS12MK2 SHLF, ACPS, 12x144GB, 10K, HDD, ESH2, -C, R5, 2, EA; LI 008, X1037C-R6-C, NIC, 2-Port, GbE, Cu, -C, R6, 1, EA; LI 009, X1047-R5-C, X1047-C, Quad-Port 10/100/1000bT, R5, 2, EA; LI 010, X6524-R6-C, CBL, 2M, Optical, Pair, LC/LC, -C, R6, 1, EA; LI 011, X6530-R6-C, CBL, 0.5M Patch, FC SFP to SFP, -C, R6, 2, EA; LI 012, X800-42U-R6-C, Cabinet Component Power Cable, -C, R6, 6, EA; LI 013, X871A-R6-C, 20A Storage Equipment Cabinet, -C, R6, 1, EA; LI 014, X875A-R6-C, 20A Pwr Cord (4), Cabibinet, NEMA, -C, R6, 1, EA; LI 015, X6529-R6-C, SFP, Optical, FC, -C, R6, 2, EA; LI 016, X8773-R6-C, Multiple Product Tie-Down Bracket, -C, R6, 1, EA; LI 017, DOC-3XXX-C, Documents, 3XXX, -C, 1, EA; LI 018, CS-O-4HR, SupportEdge Premium, 7x24, 4hr Onsite, 1, EA; LI 019, SW-DFM-NODE-INC, DFM Incremental Node, 1, EA; LI 020, SW-DFM-TOTAL-NODE, Total Nodes Purchases SW Node Upgrade, 8, EA; LI 021, SW-SSP-DFM-CORE, SW Subs, DFM, Core (per node), 1, EA; LI 022, SW-DFM-MEDIA, DataFabric Mgr, CD/Solaris and Windows, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. FOB DESTINATION CONUS GFMS will work in concert with the recently implemented Regional Financial Management System (RFMS) that uses the same COTS software and technical architecture. The same technical architecture is also used for the Joint Financial Management System (JFMS) project with USAID. GFMS requires an expansion to the existing Storage Area Network (SAN) development environment in BIMC and Charleston, SC to accommodate the increased volume of domestic financial data. The CFMS development environment is estimated to be 12 terabytes. This estimate includes the space required for primary storage for several development and test environments (e.g. development, integration, production simulation, etc.) as well as sufficient mirror backup copies. Data must be fully mirrored to an existing Network Appliance secondary SAN to replicate the current 23x6 ½ worldwide operation. Charleston currently supports 178 posts and Washington at the consolidated facility. Data must be continuously "mirrored" to secondary databases to support the high availability required by 23 hour per day operations, as well as reporting, backup and recovery without affecting online production. Likewise, the SAN must support high volumes of data updates from both batch and online sources and be able to "simulate" all key production storage operations. In order to debug performance issues, test new releases of operating system software, and ensure consistent operations support to production, the development SAN environment must be the same as the production SAN. In addition, GFMS requires a second SAN for its corresponding COOP installation at the Beltsville, MD (BIMC) COOP site. BIMC already uses Network Appliance technology to support the COOP operations of a number of Bureaus including RM, AF, DS and WHA. This COOP SAN will be used to support the implementation of GFMS. Industry Data Both State and USAID have an extensive investment in Network Appliance SAN hardware and software technology. Network Appliance SAN hardware is used by State and USAID for the current production operations of the RFMS and Phoenix financial systems as well as the RFMS COOP site. The State Department has taken extensive advantage of the Network Appliance SAN software technology in the bureaus to support Network Appliance mirroring of bureau data to consolidated databases. Network Appliance SAN hardware/software technology is currently installed in IRM, DS, EUR, WHA, AF and RM and has been approved by the ITCCB (Ref # H-AS-NA-AS-0024). Network Appliance technology has also been adopted by the State Department's preferred database vendor (Oracle) as its own internal corporate SAN in one of the largest (several hundred terabytes) corporate SAN installations supporting Oracle's worldwide operations. The Impact of Not Requiring Brand Name The Department's financial system must be available worldwide on a 23 x 6 ½ basis at the consolidated facility in Charleston, SC. (CONTINUED) The Department has already deployed Network Appliance hardware for the production versions of RFMS that supports all overseas financial activity. GFMS will use the same technical architecture as RFMS and ultimately will be combined into a single database. The development environment that GFMS is built and tested in must be 100% compatible with production RFMS. This means the same release of software, the same ability to "mirror" databases, and the ability to test new releases of the Network Appliance operating system software before they are moved onto the production Network Appliance SAN.The Department is also in the midst of an important effort with USAID in the implementation of a Joint Financial Management System (JFMS) that consolidates both State and USAID on a common technical platform to be hosted by the State Department in the Financial Services Center in Charleston, SC. Again OMB is closely monitoring the progress of this initiative. USAID has already installed Network Appliance SAN hardware/software for their Phoenix financial system. The selection of different SAN by State would mean that State and USAID could not share common components within the JFMS Charleston technical environment, thus eliminating planned savings on software and hardware. Recommendation Based on the current production installed base of Network Appliance SAN hardware/software and the critical need for the GFMS and JFMS projects to stay consistent with their production storage operations, RM recommends this one time acquisition (Brand Name Justification) of Network Appliance SAN hardware and software for the GFMS development environment and the GFMS COOP site. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (a-31457_01, n-3317)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1064-695641/listing.html)
 
Place of Performance
Address: Charleston, SC 29405
Zip Code: 29405
Country: US
 
Record
SN01130840-F 20060901/060830224819 (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.