Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
MODIFICATION

70 -- Network Attached Storage System (NAS) File Server

Notice Date
8/31/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Centers for Disease Control, Procurement and Grants Office, Atlanta, GA 30341
 
ZIP Code
30341
 
Solicitation Number
00HCVKED-2010-88528
 
Response Due
9/3/2010
 
Archive Date
3/2/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 00HCVKED-2010-88528 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 with a small business size standard of $25.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-03 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Chamblee, GA 30341 The Centers for Disease Control & Prevention requires the following items, Meet or Exceed, to the following: LI 001, Overview: End user needs to be able to support general file storage for active use and archive purposes, provide rapid I/O transport of next generation and third generation genome sequencing data, and provide content delivery service for client retrieval of large research data files with an easy to use and manage, expandable network attached storage system. Specific Requirements: Network attached storage system (NAS) that will provide approximately 200TB of usable (not raw) and protected data storage space. The end users data center environment combines both linux/unix servers and Microsoft Windows servers, so the solution must include capability and licensing to accommodate both NSF and CIFS file services as well as NDMP backup capability for tape backup system. System must include the following additional integrated services: HTTP, FTP, NDMP, ADS, LDAP, and NIS. The system must have the ability to transfer data at rates of 10G or greater and must have provisions for load balancing and failure, and data replication to remote sites. System must also have ability to connect to an HPC backend (QDR Infiniband FC controlled I/O) and must be configurable to perform snapshots. The solution must be rackable and should include hardware to attach shelves to existing standard 19 data center rack. Solution must include integrated management software and must be readily expandable for future growth. NetApp FAS3100 (3140 or 3160) series or Isilon IQ are systems that have been considered as solutions for this total requirement but are not required as a solution. These examples are provided for clarification only. Solutions offering power efficient approaches and accelerated backup performance will be preferred. ***Only detailed offerings will be considered that include specific identification of all required elements and components. - The proposals must be submitted through FedBid (via email to clientservices@fedbid.com or Market Specialist) to be considered. Total price for solution will be accepted through this solicitation., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Centers for Disease Control & Prevention intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Centers for Disease Control & Prevention is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to FedBid, (clientservices@fedbid.com or the Market Specialist assisting sellers with this buy) so that they are received at that email address no later than the closing date and time for this solicitation. Failure to comply with the below insructions may result in quote being determined as non responsive. Desired delivery date: 30 days ARO. Upon delivery, all shipping documents and equipment containers will include CDC order number. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Company must be registered in the Central Contractor Registry (CCR). Web site is http://www.ccr.gov. Quote must include proof of CCR registration CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. New equipment ONLY, NO remanufactured products, and NO "gray market". All must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after submission Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. NO partial shipments (If Shipment is Applicable) unless specifically authorized at time of award. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Invoicing must be submitted in accordance with the resulting Purchase Order instructions A separate line item for a Fedbid.com fee is unacceptable and will be rejected. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, via the ORCA website (http://orca.bpn.gov) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. This requirement will be awarded based upon lowest price technically acceptable. All Questions must be submitted through FedBid, and must be received by 12pm (noon) EST, on Wednesday, September 1, 2010, to be considered. All questions submitted after this time may not be considered. All Pricing (Total Price) will be submitted via this FedBid Auction. All Non-Pricing Information is to be submitted via FedBid, to be submitted to CDC Buyer. DETAILED PROPOSALS FOR SOLUTION MUST BE SUPPLIED TO BE CONSIDERED. If pricing is absolutely required in the proposal, it must include any FedBid fee associated with this buy (and calculated once the buy closes). Q1--: Please provide a statement of work to deploy the solution requested?Answer--: Line item 001 overview provides the Government's performance based requirement and constitutes the SOW. The vendor should propose their best commercial solution based on that performance criteria provided. Q2--: What is the configuration of the NetApp storage solution you need us to quote?Answer--: Line item 001 overview provides the Government's performance based requirement and constitutes the SOW. The vendor should propose their best commercial solution based on that performance criteria provided. Q3--: What is the network environment where this will be utilized?Answer--: Current network environment is 1G ethernet capable and utilizes a CISCO 4506 switch. Network uses both copper and fiber connectivity.End user will be upgrading to 10G Ethernet capability in near future and also needs to support GPU Cluster Infiniband I/O as specified in the requirements. Q4--: How much storage will be needed in the drive mix for SAS/SATA/FC?Answer--: Line item 001 overview provides the Government's performance based requirement and constitutes the SOW. Line item 001 states "200TB of usable, not raw" data storage space.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/00HCVKED-2010-88528/listing.html)
 
Place of Performance
Address: Chamblee, GA 30341
Zip Code: 30341-2221
 
Record
SN02261866-W 20100902/100831235557-cd4815a1a749bf37cbcbbcc29dd913de (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.