Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOURCES SOUGHT

70 -- RFI Primary Storage Devices

Notice Date
6/1/2009
 
Notice Type
Sources Sought
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-09-RFI-0245
 
Archive Date
7/4/2009
 
Point of Contact
Robert G Battaglia, Phone: 732-323-7535
 
E-Mail Address
robert.battaglia@navy.mil
(robert.battaglia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.2Description The Naval Air Systems Command (NAVAIR) Special Communications Requirement Division (SCRD) is looking for information from companies with the products and capabilities to provide Commercial off the Shelf (COTS), Non-Developmental Items (NDI), or near NDI component technologies that can provide multiple levels of data storage hardware and software. SCR 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. SOCOM defines primary storage as the networked storage media providing “on line,” i.e. real time access, to data critical to the operation of mission critical and mission essential applications. Such applications include but are not limited to Streaming Media, Microsoft (MS) Exchange e-mail databases, (Structured Query Language) SQL Server, ORACLE, Sharepoint, file stores and server virtualization environments. To qualify as a candidate for primary storage, the system must meet the following minimum requirements: The primary storage system must be compatible with the following operating system environments: Novel Netware, Sun Solaris, Linux, VMware ESX, and Microsoft Windows 2000 and subsequent versions. The system must also be capable of accepting domestic (United States) and international electrical power at 115 Volts and/or 240 Volts Alternating Current (AC) power at 60 Hertz, and 220 Volts AC power at 50 Hertz. The primary storage system must support redundancy/fault tolerance features including redundant power supplies, redundant control heads, and device clustering. At a minimum, the system must support network interface types including Gigabit Ethernet and Fiber Channel. The primary storage system must support Internet Small Computer System Interface (ISCSI) and Fiber Channel Storage Area Network (SAN) protocols, as well as the Network Attached Storage (NAS) protocols Common Internet File System (CIFS), Network File System (NFS), Netware Core Protocol (NCP), and Direct Access File System (DAFS). The system must support Redundant Array of Independent Disks (RAID) levels capable of providing high performance and redundancy for the previously mentioned application. The system must support snapshots/near term backups and third party backup software, data de-duplication, as well as the New Technology File System (NTFS), Unix File System (UFS), and network based management software. The primary storage system must support integration with MS Active Directory Domains, and support at least 300 Gigabytes of usable storage with adequate spare drives. The vendor must identify the form factors of their proposed solutions (size and weight of components), as well as power requirements, cooling enhancements, security features, and any built-in diagnostic capabilities. The vendor should clearly indicate which previous standalone systems are being combined and how their system reduces the total hardware set and space claim, power consumption, heat transfer and any environmental specifications related to a reduction in energy costs. In addition, the suppliers should identify if their proposed solutions are of an open system architecture consisting of COTS items or of a proprietary design. The vendor should identify the technical readiness level of their system and clarify (support) any such statements that claim “tested”, “approved” or “fielded.” The vendor should identify any relationships with Independent Software Vendors (ISVs) and System Integrators (SIs). Additionally, the vendor should identify any enhancements or capabilities that distinguish them from other similar competition, such as: range of features, open systems approach, modularity and scalability, human factors, ease of upgrade, or other relevant distinctions. Furthermore, the vendor must identify the following post-sale support information: detailed warranty information, training provided, level of support, and service level agreement for the stated level of support. SCR will be reviewing technology found to be technically relevant in an effort to refine requirements and gain better understanding of the current and future state of technology for these types of systems. The Government may invite select vendors to make available their systems or solutions for government evaluation. The Government is also seeking recommendations from industry regarding best practices in executing dual evaluations. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify and evaluate technology from interested sources capable of meeting the requirements as stated in this synopsis. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Interested parties are requested to submit their comments, and can additionally provide a capabilities statement of no more than 5 pages in length that demonstrates the respondent’s ability to meet the requirements as specified herein. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI, and is also interested in lead-time. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government and its service support contractors. The Government does intend to use contractors to assist with the evaluation of supplier responses meeting indicated specifications as noted in this RFI. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses 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 the test articles and production units. All responses shall be submitted no later than 18 June 2009. All interested parties should send any comments or questions to Robert Battaglia, email: robert.battaglia@navy.mil or phone: 732-323-7535 in Microsoft Word format or Portable Document Format (PDF). The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this request for information. Point of Contact: Robert Battaglia, email: robert.battaglia@navy.mil or phone:732-323-7535
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-09-RFI-0245/listing.html)
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, ST INIGOES, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN01832836-W 20090603/090601235441-db562264bb1c5cad1e9ce6aedd673ccc (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.