Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

70 -- Joint Task Force North has a requirement for Virtualization Services including Hardware installation for 4 systems. Refer to SOW listed below.

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-08-T-0400
 
Response Due
9/15/2008
 
Archive Date
11/14/2008
 
Point of Contact
Homero Ramos, 915-313-7633<br />
 
Small Business Set-Aside
N/A
 
Description
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. For a copy of solicitation contact LCDR H. Ramos at (915)313-7633 or homero.ramos@jtfn.northcom.mil. JTFN Hardware Installation and Virtualization Services JTFN Hardware/Software Installation of Virtualization Services Background Install and configure the hardware and software needed to establish a virtualized operating environment within the JTFN Network. This solution will consist of servers, a storage array, a SAN Fabric switch, and the necessary licensing from VMware and/or contracted Vendors. Scope This contract spans a two week period starting time yet to be determined. To install new peripheral equipment into newly purchased server equipment. Install the storage arrays and SAN Fabric, as well as configure the virtual environment. If sufficient time remains after the installation and configuration process, Vendor will aide in other aspects of the customers virtualization efforts. NIPRNET installation will consist of two Sun Fire x64 Servers (or Hardware equivalent) running VMware ESX 3.5.0 Update 2 (or Software Equivalent) which will be hosting 8-10 Windows 2003 Enterprise x64 Servers. Both servers will have a host Based Adapter (HBA) fiber controller installed and configured to connect to a fiber channel switch with dual fiber connectors (redundancy purposes). The fiber channel switch will need to be installed and configured to communicate with a Storage Area Network (SAN) via Dual Fiber connectors (redundancy Purposes). The SAN will be configured with 4 - 6TB Storage LUNS. One of the Host Servers will require a SCSI Adapter installed and configured to communicate with a Sun Tape Library (48 slot/or Hardware Equivalent). The Tape Library will need to be configured within a Virtual Machine (VM) running Windows 2003 running CA Arcserve Brighstore Software in order to backup all data/exchange servers within the Virtual Environment. Existing Physical Windows 2003 Servers will then need to be converted to the VMware Infrastructure 3i Environment. Services which will require migration will consist of Active Directory Domain Controllers (3), Internet Security Accelerator ISA (1), Symantec Anti-Virus Server (1), DHCP/WINS (1), CA Arcserve Brighstore Backup (1), Internet Authentication Server (IAS), SQL 2005 Server (1), Systems Management Server (SMS)(1), File Servers (2), Microsoft Exchange Server 2007 (Cluster Active/Active Mode)(2), Windows Server Update Services (WSUS)(1), ClearSwift MIMEsweeper for SMTP (Content Security)(1), and Motorola GOOD Messaging Server(1), Windows Print Server(1) (Hardware and Software Equivalents are acceptable. All proposals will be reviewed for technical compliance). SIPRNET installation will consist of two Sun Fire x64 Servers (or Hardware equivalent) running VMware ESX 3.5.0 Update 2 (or Software equivalent) which will be hosting 8-10 Windows 2003 Enterprise x64 Servers. Both servers will have a host Based Adapter (HBA) fiber controller installed and configured to connect to a fiber channel switch with dual fiber connectors (redundancy purposes). The fiber channel switch will need to be installed and configured to communicate with a Storage Area Network (SAN) via Dual Fiber connectors (redundancy Purposes). The SAN will be configured with 4 - 6TB Storage LUNS. One of the host Servers will require a SCSI Adapter installed and configured to communicate with a Sun Tape Library (48 slot/or Hardware equivalent). The Tape Library will need to be configured within a Virtual Machine (VM) running Windows 2003 with CA Arcserve Brighstore Software in order to backup all data/exchange servers within the Virtual Environment. Existing Physical Windows 2003 Servers will then need to be converted to the VMware Infrastructure 3i Environment. Services which will require migration will consist of Active Directory Domain Controllers (2), Arc IMS (1), Symantec Anti-Virus Server (1), DHCP/WINS (1), CA Arcserve Brighstore Backup (1), C2PC (1), SQL 2005 Server (2), Systems Management Server (SMS)(1), File Servers (2), Microsoft Exchange Server 2007 (Cluster Active/Active Mode)(2), Windows Server Update Services (WSUS)(1), Microsoft Outlook Web Access (1), Windows Print Server (1) (Hardware and Software Equivalents are acceptable. All proposals will be reviewed for technical compliance). For additional Technical Questions please contact: David Lara J6 (915) 313-7738 David.Lara@jtfn.northcom.mil Requirements are as follows: 1. NIPRNET/SIPRNET Initial implementation will be two-four weeks after procurement. Continuity Of Operation Planning (COOP) 2. NIPRNET/SIPRNET Secondary implementation will be determined after procurement. An exact hardware and software installation effort will be required in order to stand the COOP(both NIPRNET & SIPRNET) offsite location. A total of 4 sets of Hardware and Software installations will be required.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da6e8c669548617a02def683b9ef549c&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX<br />
Zip Code: 79916-6812<br />
 
Record
SN01661095-W 20080907/080905222003-da6e8c669548617a02def683b9ef549c (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.