Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SPECIAL NOTICE

70 -- Hewlett Packard Brand Name Justification

Notice Date
8/15/2008
 
Notice Type
Special Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
0277267
 
Response Due
8/29/2008 10:30:00 AM
 
Archive Date
9/13/2008
 
Point of Contact
Luwanna K. Clark,, Phone: 202-324-3319
 
E-Mail Address
luwanna.clark@ic.fbi.gov
 
Small Business Set-Aside
N/A
 
Description
The Federal Bureau of Investigation (FBI) has a requirement for brand name Hewlett Packard (HP) Products as identified below. This requirement is a one-time buy and the government estimates the cost to be approximately $124,989.18. These products will upgrade the Algorithm Test Bed (ATB) at the National Institute of Standards (NIST). NIST currently has in its laboratory an ATB and a Superdome ATB/S with versions of the Integrated Automated Fingerprint Identification System (IAFIS) algorithms. The ATB/S will be leveraged to support the development and evaluation of Next Generation Identification technologies. The ATB upgrade will allow NIST to enhance its ability to provide services that may include assistance in the design and development of benchmarks for evaluating systems, information on new technologies aimed at improving identification, and assistance in the development of other standards and specifications. The services provided by NIST are related to the capture, compression, transmission, decompression, storage, processing, and identification of fingerprint and other types of electronic images, such as criminal photos, facial images, mug shots, palm prints, and other biometric data required to perform the Criminal Justice Information System (CJIS) mission. Since the IAFIS and the forthcoming NGI employ an open systems approach, technical expertise is needed to ensure interoperability, portability and scalability of computerized applications across networks of heterogeneous hardware and software platforms. It is vital to ensure that the NIST ATB is the functional equivalent of IAFIS since it provides NIST with the opportunity to quickly design and test changes to exiting procedures and observe and benchmark the impact on such new operational scenarios. Since the Superdome technology is proprietary to HP and the components within the superdome are also proprietary it is necessary to purchase specific HP make and model equipment to upgrade the ATB. The integration of the new equipment into the existing Superdome chassis requires intimate knowledge of the Superdome architecture and operating system. The government will be purchasing the following items: AF002A HP Universal Rack 10642 G2 Shock Rack; Factory Express Base Racking; HP EVA4400 Dual Controller Array; Factory integrated; HP M6412 Fibre Channel Drive Enclosure; Factory integrated; HP 450GB 15K FC EVA M6412 Enc HDD; Factory integrated; HP StorageWorks 4/16 SAN Switch; Factory integrated; HP 24A High Voltage US/JP Modular PDU; Factory horizontal mount of PDU; HP 10K G2 600W Stabilizer Kit; Include with complete system; HP 10642 G2 Sidepanel Kit; Factory integrated; Storage Works LC/LC 15m Cable; Factory integrated; Storage Works LC/LC 2m Cable; Factory integrated; HP CV EVA 4400 Unlimited LTU; HP 3y Support Plus 24 SVC; EVA4400 DualCtrl Encl Support; EVA4400 FC Drive Enc Support; EVA4400 450GB/1TB HDD Support; 2/16 FC Switch Support; CV EVA4400 Unlim LTU Support; HP Smartstart EVA Storage E-Media Kit; HP PCI-X 2.0 1Port 4Gb Fibre Channel HBA; HP Installation Service; Host Adapter Card/Router Installation; HP Installation EVA 4400 SVC; Rack and Rack Options Installation; 2/16 FC switch Installation; HP 4GB SW Single Pack SFP Transceiver. This notice is being publicized in accordance with Federal Acquisition Regulation (FAR) 5.102(a)(6).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c26e23ed4f7874f1132845a5dbf2807&tab=core&_cview=1)
 
Place of Performance
Address: Clarksburg, West Virginia, United States
 
Record
SN01641913-W 20080817/080815224509-5c26e23ed4f7874f1132845a5dbf2807 (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.