Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

70 -- RFI for Server Hardware and Software

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFI-Server
 
Response Due
7/10/2007
 
Archive Date
7/25/2007
 
Description
The United States Special Operations Command (USSOCOM), Program Executive Office Intelligence and Information Systems (PEO-IIS), located at MacDill Air Force Base, FL, is looking for companies with the capabilities and facilities to provide Commercial off the Shelf (COTS), Non-Developmental Items (NDI), or near NDI component technologies that can provide multiple levels of server hardware and software. USSOCOM is interested in receiving information from vendors who are currently using the most advanced technologies in the design and fabrication of these component items. The Government may acquire for testing purposes one or more vendor products. The vendor must be able to address how their solution will enhance USSOCOM ability to deploy a two node distributed data center (DDC). This solution or group of solutions must provide capabilities such as Level 2 caching, hyperthreading of processes, resource redundancy and high availability, hardware configuration flexibility, remote management capabilities (both in-band and out-band), scalability (both vertical and horizontal), as well as provide processor speeds capable of handling high volume processing in an efficient manner. The vendor must identify the form factor of their proposed solution, as well as power requirements and dissipation, cooling enhancements, security features, and should group server products into blade, entry level (1-2 processors/2-4-8 core); mid-level (2-4 processors/4-16 core); high-end (4+ processors/8+ core). The vendor should also identify the number and types of management tools offered with their solution, as well as the complexity of the tools, any predictive diagnostic capabilities that can alert a management system, and identify whether the servers are engineered by the vendor or if components are integrated. The vendor should identify any cost advantages of their solution over that of another vendor, provide a price versus performance ratio, and identify any vendor relationships with Independent Software Vendors (ISVs) and System Integrators (SIs). Additionally, the vendor should identify any enhancements or capabilities that would distinguish them from another vendor, such as: direct attached storage enhancements, networking cards, memory enhancements, processor enhancements, virtualization advantages, and any supplementary capabilities worth noting, as well as keep customer aware of any new or emerging technologies of which they may not be aware. Furthermore, the vendor must identify the following post-sale support information: detailed warranty information, training provided (how many users, type of training), level of support, service level agreement for the stated level of support, and how many cleared personnel will be available to support their solution or group of solutions. Proposed Solutions: entry-level, mid range, and high-end servers. Items to be addressed by vendor: 1. How will vendor server solutions enhance USSOCOM ability to deploy a two node distributed data center (DDC)? 2. Cost advantages 3. Hardware configuration flexibility (i.e. hot swapping, scaling vertically) 4. New emerging technologies that a customer may or may not be aware of 5. Number and type of management tools 6. Predictive diagnostics that alert a management system 7. Direct Attached Storage enhancements that distinguishes themselves from competitors 8. Networking cards and other capabilities that distinguishes themselves from competitors 9. Memory enhancements that distinguishes themselves from competitors 10. Processor enhancements that distinguishes themselves from competitors 11. Resource redundancy and high availability 12. Vendor relationships with Independent Software Vendors (ISV) and System Integrators (SI)s 13. Group server products into entry level (1-2 processors/2-4-8 core); mid-level (2-4 processors/4-16 core); high-end (4+ processors/8+ core) 14. Form factor 15. Type number of Expansion Slots 16. System I/O port configuration (type and number) 17. Hard drive number, type, size and available configurations 18. Power requirements and dissipation 19. Cooling enhancements 20. Are the servers engineered by the vendor or are the components integrated 21. Warranties 22. Remote Management capabilities 23. Security features 24. Virtualization advantages over competitors 25. Scalability (vertical and horizontal) 26. Price/Performance ratio 27. Training 28. Support 29. Cleared Support Personnel Responses to this market survey are due on or before 10 July, 2007 and must include a product description with performance parameters and a statement regarding current availability, indication of the technology readiness level or maturity of the technology, summary of prior testing, test reports, summary of logistic and maintenance requirements, an estimated schedule and an estimated cost for the price of test articles and production units. Please provide name of firm, address, POC, phone/fax number, and email address. Submit data of the item to USSOCOM (SOAL-KB) 7701 Tampa Point Blvd, MacDill AFB, FL, 33621, ATTN: Allison Hutchens, Contracting Officer, (hutchea@socom.mil). E-mail responses are encouraged. All communication must be conducted via e-mail. This synopsis does not constitute a Request for Proposals, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited.
 
Place of Performance
Address: USSOCOM (SOAL-KI), 7701 Tampa Point Blvd, MacDill AFB, FL, ATTN: Allison Hutchens (Contract Specialist)
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01328456-W 20070628/070626221751 (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.