SPECIAL NOTICE
99 -- DHA-Military Health Systems General Local Area Network (LAN Requirements)
- Notice Date
- 6/26/2015
- Notice Type
- Special Notice
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236_SNOTE_000BC5EA
- Archive Date
- 7/9/2015
- E-Mail Address
-
Contract Specialist
(jackie.luna@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- UPDATED RFI Description Request for Information (RFI) DHA-Military Health Systems General Local Area Network (LAN Requirements) DUE: 9 July 2015 The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic, Code 434D0 is seeking information on commercially-available LAN Network Equipment. The Equipment must be capable of the following: CLIN DESCRIPTION 0001 48-Port 10/100/1000 PoE+ Switch with 10G capability (with redundant, hot-swappable, internal power supplies; N+N) 0002 24-Port 10/100/1000 PoE+ Switch with 10G capability (with redundant, hot-swappable, internal power supplies; N+N) 0003 1G Bi-Directional GBICs Upstream 0004 1G Bi-Directional GBICs Downstream 0005 10G LH GBICs (to be installed in Core switch) 0006 10G LH GBICs (to be installed in edge switches) 0007 Number of switch stacks (for stacking cable counts) 0008 Core Chassis with support in each for: two (2) 10GB connections between Core chassis (Chassis are not co-located) one-hundred-forty-seven (147) 10GB connections per Core forty-eight (48) 1GB SFP connections redundant management module 0009 Server Chassis with support in each for: four (4) 10GB connections forty-eight (48) 1GB SFP connections one-hundred-forty-four (144) 1GB Copper connections redundant management module 0010 Network Monitoring Solution 1. Technical Specifications/Salient Characteristics All recommended products need to be on the DISA Unified Capabilities (UC) Approved Product List (APL). Recommended network solution must be a single manufacturer enterprise solution. Core Minimum Requirements Core Redundant Management Functions Core Redundant Switch Fabrics Redundant N+1 Power Supplies in each Core Switch L3 Interior Gateway Routing Protocols Support 802.1D Spanning Tree & 802.1w Rapid Spanning Tree support Support 802.1Q VLAN Trunking support Support 802.1X Port-Based Access Control support (2) Spare Slot in each Core Switch (2) Spare 10GB ports in each Core Switch Support Switch Fabric capable modules Approved by the DISA Unified Capabilities (UC) Approved Product List (APL) for deployment at the Core network layer Server Farm Minimum Requirements Redundant Management functions in Server Farm Switch(on each chassis server farm switch or between stackable server farm switches exception for end-of-row or top-of-cabinet stackable server farm switches) Redundant Switch Backplane in Server Farm Switch (on each chassis server farm switch or between stackable server farm switches using bi-direction stacking cables exception for end-of-row or top-of-cabinet stackable server farm switches) Redundant N+1 Power Supplies in Server Switch Support L3 Interior Gateway Routing Protocols Support 802.1D Spanning Tree & 802.1w Rapid Spanning Tree Support 802.1Q VLAN Trunking Support 802.1X Port-Based Access Control (2) Spare Slot in each Server Switch Edge/Access Minimum Requirements Fiber Uplink Ports on all Stackable Switches 1GigE or 10GigE connectivity from each Stack Group to the network as specified in the chart above Redundant Management functions in each Stack Group of 2 or more switches Redundant Switch Backplane in each Stack Group of 2 or more switches Redundant, Hot-Swappable, Internal Power Supplies (N+N) in each Stack Group of 1 or more switches Support 802.1D Spanning Tree & 802.1w Rapid Spanning Tree Support 802.1Q VLAN Trunking Support 802.1X Port-Based Access Control Support IEEE 802.3at (PoE+) Review of this information is being performed by SSC-LANT Code 434D0, which aims to conduct objective comparative assessments and validations of commercial products to determine if the solution meets the Governments requirements. All information received will be treated as public knowledge and may be used in SSC-LANT documentation; therefore, vendors should not submit proprietary information in response to this RFI. Specific information sought includes: 1. Company information, including name, address, URL, revenue, and number of employees. 2. Whether the company is a manufacturer or distributor. 3. A point of contact for follow-up information, and the point of contacts phone number and e-mail address. 4. Product name and a description of features. 5. Cost information such as purchase price and General Services Administration (GSA) schedule information. The submitted information will be evaluated for inclusion in SSC-LANT projects. If a SSC-LANT project requiring this type of equipment is executed, the equipment selection will be based upon a number of factors, including responder surveys and focus group inputs. Consequently, follow-up requests for feedback should not be made through Federal Business Opportunities posting agency. Vendors may be contacted following submission for more detailed product information. Submittals Respondents are required to submit complete product information that demonstrates the specifications identified above. This same announcement is located on SSC LANT'S e-commerce web site: https://e-commerce.sscno.nmci.navy.mil. If you encounter issues regarding access to the website, please contact the webmaster. The technical point of contact is Harry A. Bowser at _harry.bowser@navy.mil. If contacted ensure DHA-LAN- General LAN Requirements HAB0001 is in the subject line. This RFI is for information gathering and planning purposes only, and should not be construed as a Request for Proposal (RFP) or solicitation of an offer. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. Submission of vendor information constitutes consent to publication of that information in SSC-LANT documentation. E-mail your non-technical contract related questions to the Contracting Officer at jackie.luna@navy.mil. Submissions are due by noon (EDT) on 9 JULY 2015 and shall be submitted via e-mail to harry.bowser@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/349cb006d5638e0c7c06c50a1684669c)
- Record
- SN03778652-W 20150628/150626235541-349cb006d5638e0c7c06c50a1684669c (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 |