Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOURCES SOUGHT

70 -- Enterprise Solutions for Storage Virtualization

Notice Date
4/5/2012
 
Notice Type
Sources Sought
 
Contracting Office
U.S. Army Contracting Command - New Jersey, 5418 South Scott Plaza, Ft. Dix, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-H008
 
Response Due
4/13/2012
 
Archive Date
5/13/2012
 
Point of Contact
Raina Carey, Contract Specialist, 609-562-7028
 
E-Mail Address
Raina Carey
(raina.m.carey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) forEnterprise Solutions for Storage Virtualization This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.This RFI is being used to gather market research to make decisions regarding the development of acquisition strategies. The Army Contracting Command - New Jersey (ACC-NJ), in support of the United States Army Product Director Acquisition, Logistics, and Technology Enterprise Systems and Services (PD ALTESS), seeks information on a total solution for Storage Virtualization Background:Italicized terms are defined by the Storage Networking Industry Association dictionary version v.2011.2.ENG.ALTESS provides full life-cycle information technology solutions, support and services to the Acquisition community and hosted customers in a secure environment. ALTESS is performing market research for a product that provides storage virtualization capability. This capability would help ALTESS to better manage the life cycles of its storage subsystems, to decrease storage subsystem brand dependency, and to meet requirements related to the Army Data Center Consolidation Plan. The shared ALTESS infrastructure includes approximately 674 TB of formatted capacity provided by multiple storage subsystems. These storage subsystems are utilized by several dozen Department of Defense (DoD) and US Army organizations. While the anticipated growth of formatted capacity is expected to be subjectively high, external factors, including political factors, make it infeasible to determine a growth rate estimate with any confidence. For historical context, the shared ALTESS infrastructures formatted capacity has increased over 800% in the last four years. As reported for the last seven days at the time of this writing by OnCommand Insight 6.3, the total top internal volume IOPS for storage subsystems that comprise shared ALTESS infrastructure is 43,342 IO/second and the total top internal volume throughput for the same storage subsystems is 981 megabytes per second. In addition to this shared capacity, ALTESS also manages several storage subsystems that are dedicated to a few specific DoD and US Army organizations. NAICS Code 541512 (Computer Systems Design Services) with a size standard of $25.5M applies to this Request for Information. Requested Information:1. Responses should address a total solution for Storage Virtualization that meet the following attributes:Product shall have the capability to communicate with storage subsystems and host computers via both a fibre channel SAN at 8 gigabits per second and iSCSI over Ethernet at 10 gigabits per second.Product shall be able to perform the migration of data between attached storage subsystems while not disrupting access to the data by the host environment actively using products storage virtualization capability.Product shall have failure tolerance for all components. Product shall have hot swap capability for all product components. Products capabilities shall not be disrupted by the upgrade, downgrade, and/or replacement of products hardware and/or software.Product shall have a multi-path I/O capability that supports asymmetric logical unit access.Product shall have features that provide data preservation, data protection, thin provisioning, and data replication.Product shall have a function that easily allows users to remove all host environment dependencies upon products storage virtualization capability. The function will result in the data previously managed by products storage virtualization capability becoming usable by the host environment by accessing the attached storage subsystems without the need for product.Product shall support at least 500 host computers simultaneously connected via fibre channel and iSCSI. Product shall support at least 50 storage subsystems simultaneously connected via fibre channel and iSCSI. Product must provide storage virtualization for at least 5 petabytes of raw capacity provided as LUNs by the connected storage subsystems.Product shall have the capability to apply mirroring to the LUNs provided by connected storage subsystems to help protect data. The mirroring capability must be able to utilize LUNs provided by storage subsystems of differing manufacturers.Product shall provide reports on the total storage capacity, used storage capacity, and available storage capacity of the storage capacity being managed by products storage virtualization capability.All product capabilities shall interoperate with at least with NetApp FAS, Hitachi USP-V, Hitachi AMS2000, and IBM DS8000 storage subsystems. This interoperability shall be supported by products manufacturer and the manufacturers of the specified storage subsystemsAll product capabilities shall interoperate with host computers running the operating systems Solaris, Windows, VMware ESX, VMWare ESXi, and Red Hat Linux. This interoperability shall be supported by products manufacturer and the manufacturers of the specified host computer operating systems.All product capabilities shall interoperate with Brocade DCX and Brocade DCX-4S fibre channel switches configured as a SAN. This interoperability shall be supported by products manufacturer and Brocade.Product shall comply with all US Army, Department of Defense and US federal government regulatory, policy, and technical requirements that are relevant to product.Product shall be produced by a single manufacturer, and shall not be a combination of items produced by multiple manufacturers.Products manufacturer shall offer on-site technical support services for product. On-site support personnel shall arrive within four hours of being dispatched.Products manufacturer shall offer telephone and e-mail based technical support services for product at all times.Products manufacturer shall offer installation services for product. 2. Central Contractor Registration (CCR) status (https://www.bpn.gov/ccr/default.aspx). 3. Updated Online Representations and Certifications Application (ORCA) information (https://orca.bpn.gov/login.aspx). 4. Recent and relevant experience with this type of enterprise solution. Responses:Responses should include the (1) business name and address; (2) name of company representative and their business title (3) email address, (4) phone number. The responses should be in a white paper format and address the capabilities identified under Requested Information. Firms who wish to respond to this should send responses via email NLT 13 April 2012 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. RFI submissions will be accepted as email attachments only. Interested vendors should forward their capabilities and other information to be considered to: constance.a.finnegan.civ@mail.mil and raina.m.carey.civ@mail.mil.Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will not be notified of the results of the review. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the FedBizOpps (https://www.fbo.gov/). It is the responsibility of potential offerors/bidders to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ef9d332e0751d4d42ef52615f7951be)
 
Record
SN02715680-W 20120407/120406000429-6ef9d332e0751d4d42ef52615f7951be (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.