Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

59 -- MILCON Data Center

Notice Date
9/4/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
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-R-0337
 
Archive Date
9/29/2009
 
Point of Contact
Joseph J McGann, Phone: 732-323-2921, Keith P Davis, Phone: 732-323-2243
 
E-Mail Address
joseph.mcgann@navy.mil, keith.davis@navy.mil
(joseph.mcgann@navy.mil, keith.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: N68335-09-R-0337 Notice Type: Sources Sought / Request for Information REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) BACKGROUND: USCENTCOM is building a new Headquarters building (USCENTCOM HQ MILCON) and the USCENTCOM J6 Data Center will be redesigned concurrent with the project. One of the goals for the new design is to move nearly 100% of the current computing platforms to a virtual computing environment and enable the potential for internal (USCENTCOM Enterprise) cloud computing. The goal of this USCENTCOM Request for Information (RFI) is to explore the technical aspects of the components of this requirement. No virtual computing hardware and/or software of any kind will be procured as a result of this RFI. We are seeking industry input to assist in identifying features and solutions to meet the requirements described below. Only commercially available solutions will be considered. Please note that USCENTCOM will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. REQUIREMENTS: The primary objective for the MILCON Data Center project is to increase ease of use and decrease time to respond to customer requested changes on computing platforms while also realizing the performance and total cost of ownership gains through virtualization. TECHNICAL DISCUSSION: Respondents should be able to describe a candidate solution to satisfy the following criteria: 1. The system described should be able to scale to encompass Architectures A & B plus a 20% per year growth factor for five years (+100%) and also be able to encompass full scale Development, Test, Pre-Production and Production environments (4X Baseline). 2. Should assume 10Gb Ethernet interconnect and uplink using Nexus 5020 for access layer and Cisco Nexus 7000 for data center backbone. 3. Should assume third party SAN storage using up to 128 - 4 Gbps FC connections. 4. Support Unified or Open Fabric & Cloud Computing Standard (examples: Cisco UCS Fabric Manager, IBM BladeCenter Open Fabric Manager, HP Virtual Connect Enterprise Manager v1.3) in order to support the following features: a. Automatic Blade failover (Prefer unlimited (up to fabric maximum) number of chassis or blades in failover domains). b. Automated profile or VMotion support to failover blade. c. 10GbE to all blades, fabrics and uplinks. d. At least 40 Chassis supported in a Unified or Open Fabric framework. e. Consolidated VM Operations Management supporting / interoperating with vSphere 4.0 Enterprise Plus. 5. Computing Blades or Modules a. Four or more Intel Xeon 7000 Series Dunnington or Xeon 5500 Series Nahelem per Blade or Module b. More than 12 DIMM per Socket c. More than 10 cores per rack unit (RU) and more than 2.5 Sockets per RU density 6. Power consumption no more than 13.5 kW per 42 RU rack. 7. Must be compatible with APC 19 inch hot/cold aisle racking system. The performance of the existing devices will be the baseline used when comparing candidate hardware or software solutions. Some virtualization already exists within the USCENTCOM environment, therefore any responses will use VMWare vSphere 4.0 Enterprise Plus as the baseline hypervisor. Any licensing costs for VMWare should be identified on a separate line as USCENTCOM already has licensing in place with VMWare. Architecture A Servers = 111 Physical (83 Virtual) Physical CPU (Cores) = 138 (280) Virtual CPU (Cores allocated) = 157 RAM = 642 GB (246 GB Virtual) 27% Utilized Disk = 44 TB (6.4 TB Virtual) 38% Utilized Architecture B Servers = 270 Physical (201 Virtual) Physical CPU (Cores) = 325 (409) Virtual CPU (Cores allocated) = 96 RAM = 930 GB (152 GB Virtual) 27% Utilized Disk = 48.8 TB(3.0 TB Virtual) 25% Utilized INFORMATION REQUESTED USCENTCOM is requesting that the following items (where applicable) be provided: 1. A company description and discussion of company capabilities with respect to fulfilling the objectives outlined in this RFI. 2. A description of previous experience in the development of a similar virtualized computing system. 3. A discussion of how the previous experience can be modified to meet the requirements for the USCENTCOM application. 4. A description of the proposed system architecture. 5. Provide any additional information that will assist in understanding your responses to the RFI. Interested vendors should elaborate their solutions for a Virtualized USCENTCOM Data Center as it would apply to the CENTCOM HQ function and as to how it might be employed in a DoD environment (i.e. security, mission capability, continuity of operations, etc.). In response to this RFI, we ask that respondents submit written responses, preferably via electronic mail, and be willing to provide a demonstration device and/or software for evaluation. Written responses to this RFI should not exceed twenty (20) pages. However, you are reminded that the Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Although we intend to use this information for future acquisition planning purposes, we will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. Nor, will we use any information you provide us to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. HOW TO RESPOND: Please submit your response to this RFI (not to exceed 20 pages) via email no later than 4:00PM E.S.T Monday September 14th, 2009 to the following individuals: Mr. Keith Davis at keith.davis@navy.mil Ms. Christine Callanan at christine.callanan@navy.mil Mr. Joseph McGann at joseph.mcgann@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-09-R-0337/listing.html)
 
Record
SN01942357-W 20090906/090905001942-487f43b753413d28497187e3d15470f3 (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.