Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
MODIFICATION

70 -- Storage Nodes

Notice Date
7/2/2007
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0183
 
Response Due
7/12/2007
 
Archive Date
7/27/2007
 
Point of Contact
Michael Fredericks, Contract Specialist, Phone 719-333-2849, Fax 719-333-9103, - Linett LoManto, Contracting Officer, Phone 719-333-3929, Fax 719-333-9103,
 
E-Mail Address
michael.fredericks@usafa.af.mil, linett.lomanto@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Changes to the requirements are listed below. THIS IS A 100% SMALL BUSINESS SET ? ASIDE. This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, 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. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-07-T-0183, in accordance with FAR Parts 12 & 13. The USAF Academy has a requirement to acquire a Storage Node for backup/consolidation. The following are the Storgae Node requirements: 1. The MSRC requires a storage node for use in its cluster and supercomputer systems for storage consolidation and management. This storage node must meet the following requirements: Chassis: a) dimensions: 5U or less in height, standard rack-mountable 4-post chassis b) mounting: rail hardware must be included c) power: dual redundant hot-swap power supplies 1500W (output)/1800W (max) d) Storage mechanism: -48 SATA or SCSI drives -each drive must have a minimum of 500Gb or greater raw capacity minimum total raw capacity: 24Tb e) System Memory: minimum 16Gb ECC RAM f) CPU/Controller: Multiple dual-core 64-bit CPUs within the system, with fast memory (6-8GBps) to CPU bus, such as provided by a HyperTransport memory-cpu bus more CPUs, cores are desirable storage processor for remote management: Ethernet, SNMP, IPMI, ssh. g) I/O: 6 disk (SCA, SCSA, SCSI or SATA) controllers USB front and rear access VGA video. h) Software/Drivers: - RAID drivers integrated with OS system and storage manager integrated storage manager and file system dynamic storage pool and file system allocation 128-bit addressable file system NFS, WebNFS, CIFS network file protocols supported snapshot, remote mirroring, RAID0,1,5,6, and combinations thereof, including hot spare compilers (C, C++, FORTRAN) included with OS driver source code available, OS-included supported by system vendor capability to partition storage regions by groups and role ("virtualize", "contain", "zone", "domain bound" are all common industry terms for this) - IPv4 and IPv6 compatible i) Network interconnect: - 2 copper 1Gbps ethernet (1000BaseT interfaces) - 1 optical 10Gbps ethernet interface card with standard receptacle (XMF) for transceiver - 1 transceiver 10Gbps fiber optic multi-mode (XMF compatible with interface card) - 1 10m' multi-mode fiber optic cable compatible with the 10Gbps fiber optic interface j) Support: available from the system manufacturer 8-8 Monday-Friday, minimum coverage. - hardware replacement parts, within 1 business day (or less) - software upgrade and updates This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 334111 and the business size standard is 1000 employees. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. In your email or fax quote, please provide quote price; best delivery date; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. This acquisition must comply with the Buy America Act and, as such, a Buy America Act Certification will be provided for your completion and signature. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). FAR clause 52.212-5 (DEV) (Nov 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses applicable to this acquisition are: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-33, and 52.252-2. DFARS 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment program and 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, July 12, 2007, by e-mail at michael.fredericks@usafa.af.mil or mail to: Michael Fredericks, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated.
 
Place of Performance
Address: USAFA, Colorado Springs, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01332980-W 20070704/070702221032 (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.