Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

70 -- Data Back-up and Recovery System

Notice Date
12/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VTJ69341A001-01
 
Archive Date
1/21/2010
 
Point of Contact
Joyce K. Wright, Phone: 813-828-4730, Joseph P. Borello, Phone: 813-828-1870
 
E-Mail Address
joyce.wright@macdill.af.mil, joseph.borello@macdill.af.mil
(joyce.wright@macdill.af.mil, joseph.borello@macdill.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in FAR 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. This is a Request For Quote (RFQ) and the solicitation number is F2VTJ69341A001. This acquisition is 100% set aside for HUBZONE small business concerns. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Data Back-up and Recovery System and Technical Support. Brand name or equal to part numbers below must meet needs of salient characteristics as listed: DESCRIPTION OF REQUIREMENT CLIN 0001 - Data Deduplication Unit, System, DD660, NFS, CIFS (ROHS), P/N: DD660; (2 Each) CLIN 0002 - System, DD660, 12TB, NFS, CIFS, P/N: DD660-12T-DPMP (2 each) CLIN 0003 - Power Cord, NorthAmer, 120V, 5-15P, C13, 2ft, P/N: PC-SYS-120V-NA-2F (2 each) CLIN 0004 - DDOS Documentation Version 4.6.1.0, P/N: 590-0406-0100 (2 each) CLIN 0005 - Non-Returned Disk Replacement, P/N: S-NRDK-660-12T (2 each) CLIN 0006 - (2) Port Copper NIC, 10GB, P/N: C-NIC-LP-10G-2PCU (2 each) CLIN 0007 - Spares Kit, 2x Fans, PwrSup, 660, 1TB HDD, P/N: XC-SPARE-KIT-660 (2 each) CLIN 0008 - (1) Year Platinum Support, P/N: S-PLAT-660-12T-1 (2 each) CLIN 0009 - Installation Services, P/N: S-INT-APPLIANCE (2 each) Salient Characteristics: 1. Efficiency The Storage Device must use both inline deduplication to prevent the storage of duplicate data blocks and compression to maximize disk utilization. • Inline deduplication must automatically recognize duplicate patterns in the backup stream in real time and only store unique blocks. Devices not capable of true inline deduplication or devices that require disk space to ingest and store non-deduplicated data will not be accepted. • Deduplication process must utilize a sub-file variable-length segment recognition and filtering process that works at block sizes as small as 4 kilobytes to maximize efficiency. Systems that use fixed blocks will not be accepted. • After data is deduplicated, the Storage Device must automatically compress the deduplicated data before writing to disk for additional storage savings. Storage devices not capable of data compression will not be accepted. • Deduplication must be performed across the entire Storage Device to maximize efficiency. Storage Devices that deduplicate only within a volume limits efficiency and will not be accepted. • All recoveries must be from data at rest in a deduplicated and compressed state 2. Assured Data Recovery Automatic verification, integrity checking and system resiliency to ensure all data will be accurately restored when needed. • The Storage Device must perform an automatic verification at the time of backup to ensure that all data is protected on disk as it was written to support reliable accurate restores. • Capability to automatically notify the administrator in the event the verification process discovers a discrepancy. • Automatic integrity-checking and self-healing to include fault avoidance and containment, on-the-fly error detection and correction, and automatic file system recoverability. Process to continually verify that the data stored on the system can be accessed, re-assembled and presented in its original form. • Storage Device hardware must be resilient with hot-swappable components and must utilize RAID-6 to protect against data loss and service disruption associated with dual drive failure within same RAID group. • System must be capable of digitally shredding deleted data without disrupting valid data 3. Capacity and Performance • Storage Device requires minimum of 20 TB of capacity to retain at least 30 days of backups in data center footprint no larger than 3 rack units • System must be capable of completing ingestion/deduplication/compression of backup data at speeds greater than 1TB per hour • System must be able to complete full backup in fewer than 8 hours to result in all data protected on disk in a deduplicated and compressed state 4. Interoperability and Expandability The Storage Device shall be a self-contained disk system (i.e. appliance) that is simultaneously configured as a Virtual Tape Library and a NAS system. • All backup/recovery administration shall be performed using the CommVault enterprise backup/recovery software • Deduplication, compression and verification process shall be automatic and work seamlessly with all client data • System must be capable of supporting future replication/DR requirements such that deduplicated data starts replicating when backup starts to achieve Recovery Point Objectives • System must be capable of supporting future nearline/archiving requirements via NAS interface and must be able to deduplicate all data regardless of interface or application • Architecture must be expandable and scalable in both capacity and performance to at least 3 times the original size. 5. Replication The Storage Device must be able to replicate deduplicated data over the Wide Area Network to like system at DR/COOP site to achieve daily off site data protection in bandwidth efficient manner. • System must be capable of preventing duplicate data blocks from being transmitted to DR/COOP system to maximize efficiency of available WAN bandwidth • Replication technology must be able to start replicating deduplicated data as soon as the backup starts. Technology that cannot start replicating until after backup/deduplication ends will not be accepted. • Replication must be automatic and take place in real time to result in copy of backup data protected at DR/COOP site after completion of backup job. Every backup job must be protected on disk in deduplicated state at both primary site and DR/COOP site every day to achieve RPO/RTO. Technology that requires replication scheduling or that cannot replicate deduplicated data during the backup window will not be accepted. • Restore performance on all backup jobs at DR/COOP site must be equal to the restore performance on all backup jobs at the primary site. • Replication TCP port must be configurable and bandwidth throttling capability must be built into the system. 6. Past Performance • Product must be at version 3.0 or later and must have been generally available in the market for at least four years • Product must have no fewer than 40 customers in the Department of Defense using the deduplication technology in production environments The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective 10 Dec 09, DFAR DCN 20091123 and AFFAR AFAC 2009-1030. The North American Industry Classification System code (NAICS) is 334112, Audio and Video Equipment Manufacturing. The Standard Industrial Classification (SIC) is 3572. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. This is a Brand Name or Equal requirement. Any Or Equal proposal received shall include specifications and technical details that will be sent to the technical advisor for compatibility and/or functionality. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: The requirement is to be procured on behalf of the Joint Communications Suppport Element (JCSE), 8532 Marina Bay Drive, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 06 January 2010 by 4:00 PM EST. Submit offers or any questions to Ms. Joyce Wright at email: joyce.wright@macdill.af.mil. Telephone calls pertaining to the RFQ will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ69341A001-01/listing.html)
 
Place of Performance
Address: 8532 Marina Bay Drive, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02029355-W 20091224/091222235000-7e940093f0cf9cf419c3b3f200efda65 (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.