Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
MODIFICATION

70 -- Virtual Servers

Notice Date
9/18/2006
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-6206-3094A
 
Response Due
9/22/2006
 
Description
The purpose of this amendment is to provide answers to questions received as of 18 September 2006. 1) Are the Qlogic cards going to be installed in the servers? The government will install them. 2) Are redundant power and redundant fans a requirement for this Solicitation? Yes. 3) Would a 2-socket server (with one unused) be an advantage, in order to provide for scalability? That technical solution is acceptable. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-6206-3094A. This is an unrestricted acquisition. The Defense Distribution Center located in New Cumberland, PA has a requirement for Virtual Servers as detailed below. This is a brand name or equal acquisition. Equivalent hardware can be substituted for servers and tape library. See the salient characteristics of the equipment that is being requested. Equivalent software can be substituted. See the salient characteristics of the software that is being requested. There is a brand name requirement for the Enterasys Network Switches. Equivalent switches cannot be substituted. A brand name justification has been executed for this CLIN. CLIN 0001 is for four servers, AMD Opteron processors model 285 (2.6GHz dual-core), with the following characteristics: 1 MB L2 cache per core (quantity required per server is 1, total quantity for four servers is 4); 1 GB PC3200 DDR SDRAM (quantity required per server is 1, total quantity for four servers is 4); 2600DC 1P 1G SCSI US Svr (quantity required per server is 1, total quantity for four servers is 4); 72.8gb 15K U320 hard drive (quantity per server is 2, total quantity for four servers is 8); 2-Channel Ultra320 SCSI Adapter (quantity per server is 1, total quantity for four servers is 4); G4 US NEMA Hot Plug RPS (quantity per server is 1, total quantity for four servers is 4); G4 Redundant Fan Option Kit (quantity per server is 1, total quantity for four servers is 4); Dual or Quad Port gigabit NIC (quantity per server is 1, total quantity for four servers is 4). CLIN 0002 is for 5 years of 24x7x4 onsite support for the four servers listed above. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0003 is for eight servers, AMD Opteron processors model 885 (2.6GHz dual-core), with the following characteristics: 1MB L2 dual core (quantity required per server is 1, total quantity for eight servers is 8); 4 GB 2 x 1024 MB PC3200 DDR SDRAM (quantity required per server is 1, total quantity for eight servers is 8); 72.8gb 15K U320 hard drive (quantity required per server is 2, total quantity for 8 servers is 16); NC340T PCIX 4 Pt 10/100/100T Adptr (quantity required per server is 1, total quantity for 8 servers is 8). CLIN 0004 is for 5 years of 24x7x4 onsite support for the eight servers listed above. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0005 is for four Scalar24 Library with 2 LTO-SCSI Drives to include Scalar 24 ADIC desktop 2 drive LTO-2 LVD (quantity required is 4). CLIN 0006 is for 5 years of 24x7x4 onsite support for the four Scalar24 Library listed above. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0007 is for eight Qlogic 2342 Fiber Channel HBA (quantity required is 8). CLIN 0008 is for 5 years of 24x7x4 onsite support for the eight Qlogic 2342 listed above. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0009 is for eight Qlogic 2340 Fiber Channel HBA (quantity required is 8). CLIN 0010 is for 5 years of 24x7x4 onsite support for the eight Qlogic 2342 listed above. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0011 is for eight Enterasys Matrix C2 Gigabit Stackable Switch C2G124-24-switch-24 ports (quantity required is 8). CLIN 0012 is for eight VMWare Infrastructure 3 Enterprise for 2 processors, additive licenses (quantity required is 8). CLIN 0013 is for 5 years of 24x7 support for the eight VMWare Infrastructure 3 Enterprise licenses listed above. The support must come directly from the software manufacturer. No third party support will be accepted. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0014 is for eight Platinum SnS for VMWare Infrastructure Enterprise for 2 processors (quantity required is 8). CLIN 0015 is for 5 years of 24x7 support for the eight Platinum SnS for VMWare Infrastructure Enterprise licenses listed above. The support must come directly from the software manufacturer. No third party support will be accepted. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0016 is for four VMWare VirtualCenter Management Server 2 for VMWare Infrastructure (quantity required is 4). CLIN 0017 is for 5 years of 24x7 support for the four VMWare VirtualCenter Management Server 2 listed above. The support must come directly from the software manufacturer. No third party support will be accepted. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. CLIN 0018 is for four Platinum SnS VCMS for VMWare Infrastructure (quantity required 4). CLIN 0019 is for 5 years of 24x7 support for the Platinum SnS VCMS for VMWare Infrastructure listed above. The support must come directly from the software manufacturer. No third party support will be accepted. The servers will be located at the Defense Distribution Center Susquehanna, the Defense Distribution Center San Joaquin, the Defense Distribution Center Oklahoma City, and the Defense Distribution Center Warren Robins. All software above is brand name or equal. The salient characteristics for the software is as follows: Operating System that will allow the government to run virtualization on servers. OS must be able to decouple the hardware from the application workload of the virtual machines. Online resource allocation and resizing to allow for growth and expansion quickly and without little downtime or interruption to applications. Ability to run multiple virtual Operating Systems (LINUX, Windows 2000 and 2003 (64 bit), and Solaris). Ability to move virtual servers to another server without experiencing any downtime to the application the virtual servers are running. Ability to deploy new virtual servers quickly and efficiently using saved templates. Centralized management interface for all servers within the virtual configuration. Ability for SAN Path Failover. Ability to allow the following functions with memory: RAM over-commitment, Transparent page sharing, and Memory ballooning. Ability to allow server to enter a low power state when CPU is not scheduled. Ability for virtual machines to go into a standby mode when not being used. All hardware and software with the exception of the Enterasys Network switches will require 5 years of support. Offerors shall provide the unit price for CLIN and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to four locations as follows. The Defense Distribution Center Susquehanna Pennsylvania (DDSP): DDSP-HW Warehousing B, Building 203 Door 12, Mechanicsburg, PA 17055; the Defense Distribution Center San Joaquin California (DDJC): Supply Branch, Warehouse 3 Tracy Site (SB3200), Tracy, CA 95376; the Defense Distribution Center Oklahoma City Oklahoma (DDOO): Warehouse Division Building 1 Door 80, Tinker AFB, OK 73145; the Defense Distribution Center Warren Robins, Georgia (DDWG): Receipt Inspection Branch, Building 376?Byron Street, Robins AFB, GA 31098. Note: Desired delivery schedule is 14 days ARO. Please note the delivery schedule on your quotation. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-11. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include FAR 52.203-3, DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price that meets the technical specifications and who can meet our delivery. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to karen.ghani@dla.mil, Request for Quote Number SP3100-6223-9501A. Prices and representations/certifications are required NLT 12:00 PM EST on September 22, 2006. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Place of Performance
Address: Numerous Defense Distribution Centers
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01146570-W 20060920/060918220101 (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  © 1994-2020, Loren Data Corp.