Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

70 -- NB184000-13-02482-1 NetApp Storage System

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB184000-13-02482-1
 
Archive Date
8/30/2013
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Mimi Robinson, Phone: 301-975-3696
 
E-Mail Address
willie.lu@nist.gov, mimi.robinson@nist.gov
(willie.lu@nist.gov, mimi.robinson@nist.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with size standard of $25.5M. This acquisition is being procured as a total Service-Disabled Veteran-Owned Small Business set-aside. Background: The Enterprise Systems Division (ESD) of the Office of Information Systems Management (OISM) at National Institute of Standards and Technology (NIST) provides an Enterprise Storage Area Network (SAN) for NIST programs. This SAN system provides data storage resources to a wide range of servers and applications including NIST Servers Virtualization project. ESD has the need for two additional SAN storage systems for the Server Virtualization project. ESD goal is to obtain two storage systems with the ability to implement storage optimization in a virtual environment and are capable of block level data replication between each other. ESD first looked at the underlying technologies that are employed in the industry. The major technologies that drive optimization were tiering and de-duplication. Early on in the evaluation process de-duplication was the most logical choice for an optimization method. This technology allows for the system to only store a block once when there are many identical blocks. In a virtual environment ESD is seeing on average 60% of the blocks are all identical due to the same operating systems and data being stored by each system. Brand Name or Equal: Two commercially available SAN Storage systems through a "Brand Name or Equal Specification" justification. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. ESD evaluated many of the top vendors in the storage market, HP, Dell, NetApp, EMC. The only vendor that provided de-duplication at a block level within the storage unit was NetApp. At this time, Netapp is the only vendor that can optimize at a block level and provide a guaranteed 50% return of the storage capacity using de-duplication optimization. This will result in a substantial return on the investment for the government as it relates to storage optimization and performance. The ESD has determined through market research that NetApp storage systems produces the only commercially available products that can meet the ESD's minimum requirement stated in the attached Statement of Work (SOW). There are many resellers/vendors that can compete to provide the storage systems, but the storage systems must meet all requirement stated in the SOW. All items must be new. Used or remanufactured equipment will not be considered for award The Contractor shall provide two (2) storage arrays (one installed at the campus in Gaithersburg, Maryland and one installed at the campus in Boulder, Colorado). The storage array at Boulder campus will serve as replication target for the storage array at the Gaithersburg campus. All interested Contractors shall provide a firm fixed price quote for the requirements (A through D, below) Salient Characteristics (*) and Minimum Requirements for both CLIN 0001 (Gaithersburg) and CLIN 0002 (Boulder) storage solutions: Unless otherwise noted, all requirements are equally applicable to both NIST sites. A. Hardware 1) The storage array must contain at least two (2) active/active storage nodes/controllers capable of being configured to survive a single node outage and provide automatic seamless redistribution storage services from the failed node to the remaining active node(s) should one node become disabled for whatever reason. 2) The storage array must simultaneously support multiple disk technologies (i.e Serial AT Attachment (SATA), Serial attached SCSI (SAS), and Solid State drive (SSD)). 3) The storage array must provide a configuration such that the loss of one entire disk drive in an array will have no effect on the integrity or availability of the data on the array to which the failed drive belongs. 4) Each storage node in the storage array must provide at least four (4) Copper Full Duplex 1 Gigabit Ethernet (GigE) connections, at least four (4) 8 Gigabit Fibre Channel (FC) links. 5) The storage array must support virtual local area network (VLAN) tagging (IEEE802.1q). 6) The storage array must provide hot swappable (non-disruptive component replacement) components (i.e. storage controllers, hard drives, power supplies, backup battery modules, SFPs, fans and drive shelves). 7) The storage array must be capable to be self-serviceable so that in the event of a component failure, staff on site can replace the failed part if so inclined. 8) The storage array must be capable to perform non-disruptive hardware and software maintenance operations and capacity and performance upgrades (i.e. the solution can perform firmware upgrades, hardware repairs, and storage capacity upgrades without any service disruption to clients). 9) The storage array must provide the ability to upgrade to larger storage controller platforms and expand capacity beyond the initial installed disk drives without any data migration or transition being required in the future (data and disk in place upgrades). 10)* The system must provide at least 512GB of flash memory per storage controllers to optimize performance for workloads that are random read intensive. The flash memory should be deduplication aware. 11) The storage array must be capable of being upgraded to support 10GigE over copper and/or optical links and 10GbE FCoE connections. B. Software 1) The storage array must be managed via a single management console. 2) The storage array must support role-based security for system administration. 3) The storage array must be manageable remotely via a Hypertext Transfer Protocol Secure (HTTPS) web browser (GUI) and via a Secure Shell (SSH) compatible command-line interface. 4) The storage array must provide GUI-based tools to view, manage, and report the status of the systems. 5) The storage array must provide performance metrics and storage capacity trending reports. 6) The storage array must support Simple Network Management Protocol Version 3 (SNMPv3), Syslog and Email Alerts. 7) The storage array must provide both manual and scheduled snapshot capabilities and enable system administrators to have fine-grained control over the scope and frequency of multiple snapshots via GUI, command line, or the API. 8) The storage array must support at least 100 snapshots per LUN 9) The storage array must have the capability to produce writable snapshot without consuming additional capacity or requiring the coping of any data blocks. 10)* The storage array must provide IP-based data and FCP-based replication of data volumes between arrays over an existing Ethernet. This replication must be done without using host-based technology or data converters of any kind other than network switches. The replication must be done sending only the changed blocks across the network using a "pull" technology. Replication must support Internet Protocol version 6 (IPv6). And the storage array must provide the capability to throttle the bandwidth used for replication on the fly 11)* The storage array must provide data deduplication and data compression at the block level. Data deduplication must not impact the performance of the storage array and but must be accomplished as a background process. 12) The storage array must support Fibre Channel (FC), Internet Small Computer System Interface (iSCSI), and Fibre Channel over Ethernet (FCoE) protocols. 13) The storage array must support thin provisioning of storage LUNS. 14) The storage array must provide the ability to rapidly clone volumes of storage containing Virtual Disk (VMDK). 15) The storage array must provide the ability to selectively split clones and maintain them as independent copies, or destroy clones and have no storage impact. 16)* The storage array must be VMware certified including support for VAAI (vStorage APIs array integration) and VASA (vStorage APIs and VMware Storage Awareness). 17) The storage array must provide data protection through use of nonvolatile RAM or equivalent, and data integrity using block-level checksum capability. This combination of technology must prevent hard power stops from affecting the consistency of data and allows storage controller and boot recovery to occur without data loss, and data corruption. 18)* The storage array must provide the capability to support a zero rack unit approach to intelligent, dynamic caching capabilities for storage acceleration and reduction of read latencies on the primary array by greater than 50%. This must be accomplished without the use of manual processes.. C. Installation 1) The contractor shall install all equipment in NIST provided standard 19-inch racks with square holes at NIST's facilities in Gaithersburg, MD and Boulder, CO. The contractor shall provide all hardware and cabling necessary for installing all equipment. 2) The contractor shall provide physical delivery and hardware installation for both storage arrays at NIST's Gaithersburg, MD and Boulder, CO locations, as coordinated with NIST, within 30 days after award. The contractor shall perform setup services required. D. Warranty The Contractor shall provide, at a minimum, a three (3) year warranty for the system. The warranty must cover the complete system and associated components and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance by the Government. During the warranty period, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repairs and/or replacement any defects. The warranty must cover the following services for a period of three years from the date of final acceptance by the Government: 1) The warranty must provide, at a minimum, a four (4) hour target response, twenty-four (24) hours a day, seven (7) days a week onsite repair service. 2) The warranty must provide telephone and a web interface on a twenty-four (24) hours a day, seven (7) days a week basis to allow NIST support staff to report hardware and software problems. 3) The warranty must provide NIST support staff access to an (24) hours a day, seven (7) days a week basis online searchable knowledge. 4) The warranty must provide a Hard Disk Drive Retention service that allows NIST to retain a hard drive when replacement is required during a service repair call. This allows NIST to safely dispose of NIST sensitive data. 5) The warranty must provide firmware and software updates.. Line Item 0001: NetApp 3220 Storage System (Gaithersburg, MD Campus), or equivalent that meets or exceeds all of the above salient characteristics and minimum requirements. (A through D, above) The contractor must provide a storage array capable of sustaining 5000 Input/Output Operations Per Second (IOPS) when performing a mixed workload (50% read, 50% write) in a VMware environment. The storage array must provide at least 32 Terabyte (TB) of usable storage and forty-eight (48) 10,000 (10K) Revolutions per minute (RPM) 900GB Serial Attached SCSI (SAS) disk drives. The contractor must install this storage array at NIST 100 Bureau Dr., Gaithersburg, MD 20899 Line Item 0002: NetApp 3220 Storage System (Boulder, CO Campus), or equivalent that meets or exceeds all of the above salient characteristics and minimum requirements. (A through D, above) The contractor must provide a storage array capable of sustaining 1000 Input/Output Operations Per Second (IOPS) when performing a mixed workload (50% read, 50% write) in a VMware environment. The storage array must provide at least 11 Terabyte (TB) of usable storage and must provide at least twenty-four (24) 7200 RPM) 1TB SATA or SAS disk drives. The contractor must install this storage array at NIST 325 Broadway, Boulder, CO 80305 Delivery Terms Delivery terms shall be FOB Destination. Delivery shall be completed within 30 days of award, or in accordance with Contractor's commercial schedule, whichever occurs sooner. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Evaluation Factors: Award shall be made to the Contractor whose quote offers the best value using the "trade-off" method to the Government, price and other factors considered; and who is an authorized seller/partner of the product and services offered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability shall be more important than past performance. Non-price factors, Technical Capability and Past Performance, when combined, shall be equal to price. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product and service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Offerors should provide all references to whom the same or similar equipment has been provided within the past 3 years. Past performance references must include the company/organizations name, contact person, phone number, and e-mail address. Past Performance and Price will not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Quotation Submission Instructions: All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation with a firm fixed price for line items 0001 and 0002, which represents a SAN Storage systems listed in each line item which meet all of the minimum requirements in Sections A through D; 2) Technical description and/or product literature which addresses all salient characteristics and minimum requirements and clearly documents that the quoter meets or exceeds all salient characteristics and minimum requirements identified herein; and 3) Past performance references, as indicated above 4) Proof of reseller/partner authority of the offered equipment This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Monday, July 15, 2013. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://www.acquisition.gov/far/ The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://www.SAM.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB184000-13-02482-1/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03110744-W 20130711/130709234835-bcdf003cfc303dccc5521b4fe28a938f (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.