Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOURCES SOUGHT

D -- Virtual Tape Library for Open Systems LTO Tape Technology

Notice Date
6/11/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
2009-S-028
 
Archive Date
7/1/2009
 
Point of Contact
Jill T Johnson,
 
E-Mail Address
jill_johnson@saa.senate.gov
(jill_johnson@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR VIRTUAL TAPE LIBRARY FOR OPEN SYSTEMS LTO TAPE TECHNOLOGY. The purpose of this sources sought synopsis is to gain knowledge of potential qualified industry sources for providing these goods and support services for the United States Senate Office of the Sergeant at Arms (SAA). All requirements listed below are mandatory unless otherwise noted. This Sources Sought Notice (Notice) is not a request for proposal and in no way obligates the Senate to an award of a contract. This sources sought synopsis contains the currently available information. Requirements: All Requirements are mandatory. The Virtual Tape Library (VTL) for Open Systems must meet the following minimum requirements: a. Emulate Open System Liner Tape-Open (LTO) tape technology. b. Support EMC Legato Networker 7.5. c. Support multiple storage vendor technologies. d. Provide data compression and/or de-duplication functions. e. Provide the a minimum backup storage capacity for to following: • Daily backups...................5 + terabytes • Weekly backups................40 + terabytes • Total retained backup data...200 + terabytes f. Ability to scale to higher capacity and connectivity needs in a simple manner. g. Replicate to a duplicate unit at multiple off site locations. h. Support backup of both physical and virtual servers with a capacity of 350 physical servers and anticipated future increases in capacity. i. Provide VTL resource reporting capabilities for space utilization and performance statistics. j. Provide RAS characteristics of the proposed VTL. k. Support servers outside the security firewall. l. Network connectivity must be either Fiber Channel or iSCSI. INSTRUCTIONS The response to this Notice must provide: 1) Organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address; 2) The proposed VTL's ability to perform each of the mandatory requirements listed above. The response to each requirement must include a paragraph numbering identifiable to requirements a. through l. above; 3) Description of the Virtual Tape Library system features, capabilities, upgrades and maintenance and support; 4) Identify any General Services Administration Supply Schedule that could be used to order the proposed VTL; 5) Past Performance - Provide three past performance references relevant to the Requirements above along with complete and current contact information (customer name, project name/contract number, address, contact name, phone number and email); the Senate will check references as necessary to evaluate past performance as required. After receipt and review of the responses to this Notice, the SAA may issue a solicitation or request for proposal. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Notice by submitting an information package in accordance with the instructions provided. Vendors responding to this Notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in July 2009. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. Responses to this Notice are due to the POC no later than June 30, 2009, at Noon EDT and shall be submitted electronically via email only to the POC, Jill T. Johnson, at acquisitions@saa.senate.gov. The subject line of the email message shall be: SSN 2009-S-028. No other method of transmittal will be accepted. The response shall not exceed fifteen (15) pages excluding product literature. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor's information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2009-S-028/listing.html)
 
Place of Performance
Address: Senate Office Building, Washington, District of Columbia, 20510, United States
Zip Code: 20510
 
Record
SN01842148-W 20090613/090611235220-46a7e7e9f9944197fa74157885205f95 (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.