Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

D -- Ground Systems STAR Collaborative Environment Data Backup System - Fibre channel NAS configurations

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, SSMC3 - Room 10100/OFA64, 1315 East West Highway, 10th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E-09-RP-0048
 
Archive Date
5/15/2009
 
Point of Contact
Yolandatheresa Gray-Thomas,, Phone: 301-713-3478 x135
 
E-Mail Address
Yolandatheresa.Gray-Thomas@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
ESTIMATED NAS CAPACITY NOAA NESDIS STAR current and future NAS configurations requiring backup COMBINED SYNOPSIS/SOLICITATION FOR NOAA Ground Systems STAR Collaborative Environment Data Backup System DG133E-09-RP-0084 The National Oceanic and Atmospheric Agency (NOAA) located in Silver Spring, MD is planning to procure a data backup system for STAR's Collaborative Environment central computing and data storage environment. STAR currently has 300 TB of data in the CE stored in four Network Attached Storage (NAS) systems. This storage is predicted to grow close to 1.5PB by FY14. These NAS systems utilize RAID configurations to guard against data loss. However, NOAA requires a system to back up this data, on and off site, for disaster recovery. NOAA estimates that a LTO-4 based tape library, with 10 tape drives, 2000 slots, and enterprise-level backup software, could meet this requirement. This action is a total small business set aside. The NAICS code for this action is 518210. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 action is issued as a request for proposal. The solicitation number is DG133E-09-RP-0084. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31. This process is being conducted under the test procedures for the procurement of commercial items under the authority of FAR 13.5. Requirements for NOAA NESDIS/STAR Data Backup System Introduction The NOAA NESDIS Center for Satellite Applications and Research (STAR) has a requirement for a backup system to back up our existing and planned Network Attached Storage (NAS). The backup system must include all components, hardware, and software, necessary to perform these backups, and to manage these backups, and the backup system itself. NOAA plans to use this backup system mostly for disaster recovery. NOAA requires the ability to restore individual files and directories as needed, but NOAA does not envision this to occur more than once per day. Discussion The current NAS consists of four separate Dell/EMC fibre channel NAS systems. NOAA will be adding more NAS systems over the next several years. These new NAS systems may not be Dell/EMC, and/or may not be fibre channel based. NOAA is considering iSCSI based NAS. See the diagram on the next page for a conceptual view of the planned configuration. The servers are almost all running Red Hat Enterprise Linux. One server is an IBM running AIX. There are plans for an additional AIX server. The other "half" of the environment on the existing Ethernet is Windows XP and Windows Server based. There are two types of NAS data: • Large data sets which are static, or "static" but growing • Dynamic volumes holding constantly changing general purpose user files The table below summarizes our estimated NAS capacity, in Terabytes. NOAA estimates the capacity by looking at the current NAS, how much it costs, how much funding expect to obtain each year for NAS, and assumes a 33% market increase per year in terms of capacity available per dollar. The shaded cells show refresh years. The dynamic NASes are noted. All others are considered to be in the static category. SEE ATTACHED DOCUMENTS Requirements 1. Backup of Static NAS It is estimated that our static NAS will reach 1,352 TB by FY14. It requires the ability to hold 1,352 TB completely in the backup system. It is not needed to perform the back up of the entire 1,352 TB of static NAS at once. It can back up individual data sets periodically, perhaps once every 3 weeks, such that all static NAS files are held in the backup system, and none of those file copies in the backup system are more than 3 weeks old. 2. Backup of Dynamic NAS It is estimated that the dynamic NAS will reach 120 TB by FY11 through FY15. Requiring the ability to hold that 120 TB completely in the backup system. With the capacity to completely back up this dynamic NAS once per week. 3. Compression Assume 0% compression of STAR data between its state on STAR NAS, and its copies on the backup system. 4. Capabilities Requires a detailed description of the hardware and software capabilities of the proposed back-up system. This includes: a. user interfaces b. file and directory backup and restoration performance c. data encryption capabilities d. partitioning capabilities e. access controls f. full and incremental backup capabilities g. maximum expandable capabilities 5. Delivery Requires inside delivery to the system's location in the World Weather Building (WWB), 5200 Auth Rd, IT Room 501, Camp Springs, MD, 20746. The ultimate locations of the system will be in the NOAA Center for Weather and Climate Prediction (NCWCP) in College Park, MD, but the construction of that building will not be complete until approximately November 2009 at the earliest. 6. Physical Dimensions Include the physical dimensions of the proposed backup system. It must not be so large, heavy, or unwieldy, that it can not be delivered and operated at the locations listed above. The WWB elevator doors are 3'5" wide and 6'11" tall. The WWB elevators are 4'10" deep and 6'6" wide. The WWB elevators have a capacity of 3,000 lbs. The ramp to the IT room is 4' long, with a rise of 8". 7. Installation Hardware and software installation shall be included. But we do not plan to install the system in the WWB because of a power deficiency. We plan, rather, to relocate the system to the NCWCP and install it there, approximately May 2010. If we do install the system in the WWB, we will not require that a second installation be performed by the provider at the NCWCP. 8. Media Removal, Return, and Recovery Requires the ability to remove the backup media, either in part, or total, from the backup system, with the backed up files on it, in order to transport it to remote locations for sake keeping, and then to restore the media to the backup system, and restore it to STAR NAS. Your proposal must describe the backup/restore features of your proposed solution 9. Maintenance Requires at least three years of 8 hours/day (9 am to 5 pm) x 5 days/week (Monday-Friday), next business day, on site, hardware and software maintenance, and phone support. The relocation of the system from the WWB to the NCWCP shall not adversely affect this maintenance contract. Describe fully your proposed maintenance plan and cost. 10. End of Life All components, including hardware and software, of the backup system, must have an end-of-support date past calendar year 2015. 11. Duration of Warranty Offeror must provide the terms, details, covered products, and duration of the warranty for proposed equipment. Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Proposals will be evaluated against the requirements of the RFP and in accordance with the evaluation criteria set forth below to determine the Offeror's demonstrated ability to deliver, install, and maintain a back-up system. General statements such as "the vast resources of our nationwide company will be used to deliver the requirements required by the Statement of Work" are not sufficient. The Offeror shall clearly address each element of the proposal. Any proposal failing to address all of the elements may be considered indicative of the Offeror's lack of understanding in response to the Government's requirements and may be considered unacceptable. Factor I - Technical Concept- the Technical Solution meets the requirements of the system to utilize commercially available products and services to the maximum extent possible. The technical solution is clear, concise and complete. Factor II - Maintenance And System Support -The Offeror demonstrates the ability to provide and support the proposed system. A maintenance and system support plan are a required submittal and will be evaluated and ranked. Factor III - Terms of Offerors Warranty, as well as duration and covered equipment. Factor IV - Past Performance - Past performance will be evaluated based on information provided by the offeror as to actual sales of similar product and back-up system to industry or government agencies (contractor format for past performance data is desired). Past performance will consider the reviews/ratings of other users who presently use or used offerors products, system, and product support services. Offerors must include records of at least three recent sales, within the last 5 years, and identify a point of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal will result in your proposal being made non responsive. Factor V - Price - The Government is not responsible for locating or securing any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the proposed product(s) and support meets technical requirements. Proposals will be reviewed, evaluated, and scored using the following color-rating system: Blue (Exceeds); Green (Acceptable); Yellow (Marginal); Red (Unacceptable). Technical capability combined with past performance is approximately equal to price, but the contracting officer may trade-off price for a higher rated technical solution and make the award to other than the lowest priced offeror. The Government reserves the right to make an award without discussions. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, (no addenda) applies to this acquisition. Offerors shall complete their annual representations and certification at http://orca.bpn.gov and complete para. (b) of 52.212-3, or, if annual ORCA certifications not completed, complete and sign para (c) through (m) of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2008), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (SEPT 2006); FAR 52.219.8, Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities (FEB 2008); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003), Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following Commerce Acquisition Regulation apply to the Acquisition: CAR 1352.201-70 Contracting Officer's Authority (MAR 2000), CAR 1352.201-71 Contracting Officer's Technical Representative (COTR) (FEB 2005), CAR 1352.208-70 Print (MAR 2000), CAR 1352.209-72 Restrictions Against Disclosure (MAR 2000), 1352.209-73 Compliance with the Laws (MAR 2000), CAR 1352.233-70 Harmless from Liability (MAR 2000), 1352.252-70 Regulatory Notice (MAR 2000). Commerce Acquisition Clauses provisions can be obtained at http://oamweb.osec.doc.gov. Proposals are due at 1400 EST, May 7, 2009 via email to Yolandatheresa.Gray-Thomas@noaa.gov. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. The mailing address for the contracting officer is DOC/NOAA/NESDIS, Acquisition Division, 1315 East West Highway, Room 10100, Silver Spring, Maryland 20910.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ad49ba1f6d64bd6e29a531eac9ab987&tab=core&_cview=1)
 
Place of Performance
Address: World Weather Building (WWB), 5200 Auth Rd, IT Room 501, Camp Springs,, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN01785341-W 20090405/090403220739-2ad49ba1f6d64bd6e29a531eac9ab987 (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.