SOURCES SOUGHT
61 -- Rack and Stack Server Solution
- Notice Date
- 6/30/2015
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-15-516
- Archive Date
- 7/25/2015
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE 334111 ELECTRONIC COMPUTER MANUFACTURING The Biomedical Informatics Section of the Intramural Research Program (IRP), National Institute on Drug Abuse (NIDA), National Institutes of Health (NIH), Public Health Service (PHS), Department of Health and Human Services (DHHS), is responsible for providing computer and visual media services to the (DIR), including automated data processing systems, computer networking, hardware and software support on various platforms, designing and producing computer graphics material and scientific posters, development and processing of films and slides, and internet and intranet services in support of research programs at Catonsville will be closed and the safe brought back to the BRC, the IRP needs another mechanism for disaster recovery. NIDA will be able to use this stack to actively deduplicate, log ship or clone/duplicate servers in Triad to allow them to be turned up in the event of hardware failure. The IRP currently utilizes HP Proliant servers and maintains spare parts for continuation of operations. The servers required in this solution must be able integrate at the component level with existing HP Proliant DL380 gen 9 hardware utilized at the IRP in order to be able to take advantage of the ability to hot swap hard drives and other components in the event of a system outage. The MSA 2040 internal hard drives will fit into other HP servers that are onsite and the converse is true. The 5KVA UPS’s are also duplication of what is in the existing BRC server room. The server rack should be of similar size and shape as H6J66A. This not only increases availability and scalability it also allows the IRP staff to ramp up new initiatives quickly. All the components must be integrated by the OEM manufacturer to maintain the warranty. All the servers must be placed in the rack and wired at the factory so the solution can be rolled into the server room, unpackaged and plugged in. The following is requested: 1 H6J66A HP 11642 1075mm Shock Rack 1 H6J66A 001 HP Factory Express Base Racking Service 2 719064-B21 HP DL380 Gen9 8SFF CTO Server 2 719064-B21 0D1 Factory integrated 2 719064-B21 ABA U.S. - English localization 2 719050-L21 HP DL380 Gen9 E5-2630v3 FIO Kit 2 719050-B21 HP DL380 Gen9 E5-2630v3 Kit 2 719050-B21 0D1 Factory integrated 8 726718-B21 HP 8GB 1Rx4 PC4-2133P-R Kit 8 726718-B21 0D1 Factory integrated 4 785067-B21 HP 300GB 12G SAS 10K 2.5in SC ENT HDD 4 785067-B21 0D1 Factory integrated 12 785069-B21 HP 900GB 12G SAS 10K 2.5in SC ENT HDD 12 785069-B21 0D1 Factory integrated 2 749974-B21 HP Smart Array P440ar/2G FIO Controller 2 733660-B21 HP 2U SFF Easy Install Rail Kit 2 733660-B21 0D1 Factory integrated 4 720479-B21 HP 800W FS Plat Ht Plg Pwr Supply Kit 4 720479-B21 0D1 Factory integrated 2 768900-B21 HP DL380 Gen9 Sys Insght Dsply Kit 2 768900-B21 0D1 Factory integrated 2 733664-B21 HP 2U CMA for Easy Install Rail Kit 2 733664-B21 0D1 Factory integrated 2 512485-B21 HP iLO Adv 1-Svr incl 1yr TS&U SW 2 512485-B21 0D1 Factory integrated 1 H7J33A5 HP 5yr Foundation Care NBD w DMR Service 2 H7J33A5 7X4 HP iLO AdvPack NonBL SW Support 2 H7J33A5 TT3 HP ProLiant DL380 Gen9 Support 1 681844-B21 HP BLc7000 CTO 3 IN LCD Plat Enclosure 1 681844-B21 0D1 Factory integrated 1 C6N33A HP Insight Control Enc FIO Bundle 16 Lic 6 727021-B21 HP BL460c Gen9 10Gb/20Gb FLB CTO Blade 6 727021-B21 0D1 Factory integrated 6 726991-L21 HP BL460c Gen9 E5-2650v3 FIO Kit 6 726991-B21 HP BL460c Gen9 E5-2650v3 Kit 6 726991-B21 0D1 Factory integrated 24 726718-B21 HP 8GB 1Rx4 PC4-2133P-R Kit 24 726718-B21 0D1 Factory integrated 12 652564-B21 HP 300GB 6G SAS 10K 2.5in SC ENT HDD 12 652564-B21 0D1 Factory integrated 6 758959-B22 HP Legacy FIO Mode Setting 6 766491-B21 HP FlexFabric 10Gb 2P 536FLB FIO Adptr 6 761871-B21 HP Smart Array P244br/1G FIO Controller 6 710608-B21 HP QMH2672 16Gb FC HBA 6 710608-B21 0D1 Factory integrated 2 AJ821B HP B-series 8/24c BladeSystem SAN Switch 2 AJ821B 0D1 Factory integrated 2 638526-B21 HP BLc VC Flex-10/10D Module Opt 2 638526-B21 0D1 Factory integrated 2 453154-B21 HP BLc VC 1G SFP RJ45 Transceiver 2 453154-B21 0D1 Factory integrated 8 AJ716B HP 8Gb Short Wave B-Series SFP+ 1 Pack 8 AJ716B 0D1 Factory integrated 4 455883-B21 HP BLc 10G SFP+ SR Transceiver 4 455883-B21 0D1 Factory integrated 6 733459-B21 HP 2650W Plat Ht Plg Pwr Supply Kit 6 733459-B21 0D1 Factory integrated 6 412140-B21 HP BLc Encl Single Fan Option 6 412140-B21 0D1 Factory integrated 1 456204-B21 HP BLc7000 DDR2 Encl Mgmt Option 1 456204-B21 0D1 Factory integrated 1 433718-B21 HP BLc7000 10K Rack Ship Brkt Opt Kit 1 433718-B21 0D1 Factory integrated 1 413379-B21 HP BLc7000 1 PH FIO Power Module Opt 1 H7J33A5 HP 5yr Foundation Care NBD w DMR Service 1 H7J33A5 4YN HP IC BL 16-Svr SW Support 1 H7J33A5 7FX HP c7000 Enclosure Support 2 H7J33A5 85J Brocade 4/12 and 4/24 SAN Switch Supp 6 H7J33A5 TT8 HP BL460c Gen9 Server Blade Support 1 C8R15A HP MSA 2040 SAN DC SFF Storage 1 C8R15A 0D1 Factory integrated 12 C8S58A HP MSA 600GB 6G SAS 10K 2.5in DP ENT HDD 12 C8S58A 0D1 Factory integrated 1 C8R23A HP MSA 2040 8Gb SW FC SFP 4 Pk 1 C8R23A 0D1 Factory integrated 4 AF460A HP R5KVA UPS 3U L630 HV NA/JPN Kit 4 AF460A 0D1 Factory integrated 1 H7J33A5 HP 5yr Foundation Care NBD w DMR Service 1 H7J33A5 1N7 MSA2000 G3 support 4 H7J33A5 7GV HP UPS Equal 3VA Less Than 6KVA Supp 1 H6J85A HP Rack Hardware Kit 1 H6J85A 0D1 Factory integrated 1 BW932A HP 600mm Rack Stabilizer Kit 1 BW932A B01 Include with complete system 1 BW930A HP Air Flow Optimization Kit 1 BW930A B01 Include with complete system 1 BW906A HP 42U 1075mm Side Panel Kit 1 BW906A 0D1 Factory integrated 2 AF500A HP 2, 7X C-13 Stk Intl Modular PDU 2 AF500A 0D1 Factory integrated 4 QK734A HP Premier Flex LC/LC OM4 2f 5m Cbl CAPABILITY STATEMENT INFORMATION SOUGHT Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before July 10, 2015 11:00am, eastern time. CONCLUDING STATEMENTS Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-516/listing.html)
- Place of Performance
- Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN03781110-W 20150702/150630235428-19efc463226f06ea564a061f424eb14a (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 |