Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
SOURCES SOUGHT

70 -- Container-Type Datacenter

Notice Date
8/4/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP), SA-4 Navy Hill, South Building, 2430 E Street, N.W., Washington, District of Columbia, 20037, United States
 
ZIP Code
20037
 
Solicitation Number
SINLEC17IB006
 
Archive Date
8/25/2017
 
Point of Contact
Sergio E. Aleman-Soto, Phone: 2027369134
 
E-Mail Address
AlemanSotoSE@state.gov
(AlemanSotoSE@state.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. DEPARTMENT OF STATE Bureau of International Narcotics and Law Enforcement Affairs Office of Resourse Management Grants, Acquisitions, and Procurement Policy Washington, D.C. REQUEST FOR INFORMATION(RFI) SINLEC17IB006 Container-Type Datacenter SECTION 1 GENERAL INFORMATION 1.1) This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements, and will help to inform best procurement practice and likely future Requests for Quotations (RFQ). 1.2) This document shall be used for planning purposes only, as outlined under FAR 52.215-3. This document is NOT a Request for Proposals (RFP) or a Request for Quotations (RFQ). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government, or participation in the activities described herein is strictly voluntary, and will be provided at no cost to the Government. 1.3) It is the intention of the government to identify companies able to provide the implementation of a Container-Type Datacenter under this RFI for a single award contract at a Firm-Fixed-Price. For the purposes of this RFI, the North American Industry Classification System (NAICS) Code 541519 Other Computer Related Services. 1.4) Notice of RFI Closing Date and Time Digital/Paper responses to this RFI shall be submitted to: Sergio E. Aleman-Soto, no later than 3:00 PM (Washington, DC time) on Thursday, August 10, 2017, via email at AlemanSotoSE@state.gov 1.5) Point of Contact(s): Sergio Aleman-Soto Contract Support Specialist AlemanSotoSE@state.gov 1.6) Contracting Office Address: U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs Office of Resource Management Grants, Acquisitions, and Procurement Policy Division (INL/RM/GAPP) 2401 E St. NW Rm. 910- (SA-01 Columbia Plaza) Washington DC, 20037 SECTION 2 DECRIPTION OF REQUIREMENTS 2.1) This requirement will ultimately be solicited as a "Meet or Exceed" requirement. All minimum specifications are meant to be informational and not restrictive to any one brand. If the minimum technical specifications/requirements are met or exceeded, as determined by a panel of Technical Evaluators, the products offered will be considered for award. 2.2) Table of Requirements Meet or exceed for each item as described in Attachment A. See ATTACHMENT A - Table of Requirements 2.3) Warranty Offerors shall state their standard warranty they offer in their response to the RFI. If INL receives a warranty claim for defects in material or workmanship, the product(s) will be sent to the vendor's location to perform an evaluation, with no charge to INL, to verify the status of the claim and the product. If the warranty department of the vendor determines that the product has a defect covered under the warranty, vendor must replace. INL is not responsible for any transportation charges. Replacement products must be in new condition. INL does not accept used items or refurbished. 2.4) Delivery Delivery of items shall be completed within ninety (90) days after the starting date provided in the Notice To Proceed. 2.5) INFORMATION TO CONTRACTORS: Contractors are reminded that information furnished under this Request for Information (RFI) may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business or that contain trade secrets or proprietary or personnel information must be clearly marked. Marking of items will not necessarily preclude disclosure when Department of State (DoS) determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed releasable. SECTION 3 CAPABILITY STATEMENT AND PAST PERFORMANCE 3.1) If the vendor is capable of providing the requirements described in this RFI, please provide a Capability Statement to Sergio E. Aleman-Soto via e-mail by the closing date outlined in Section 1.5, Notice of RFI Closing Date and Time. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives, and should not exceed five (5) pages in length. 3.2) When addressing question 3.2.8 below, please indicate the contract type and period of performance for similar items provided. At a minimum the following information is requested: 3.2.1) Company Information a) Company Name b) Address c) Point of Contact d) Telephone Number e) E-mail address 3.2.2) GSA Schedule Number, if applicable 3.2.3) NAICS code(s) the company usually performs under 3.2.4) Commercial and Government Entity (CAGE) Code 3.2.5) Data Universal Numbering System (DUNS) Number 3.2.6) Business Size (i.e. Small Business, Other than Small) 3.2.7) Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.) (Mark with X the Socio-Economic Status of the Company) Small Business _____ Women-Owned Small Business (WOSB) Eligible Under the Women-Owned Small Business Program _____ HUBZONE Small Business _____ Economically Disadvantaged Women-Owned Small Business (EDWOSB) _____ Service-Disabled Veteran-Owned Small Business _____ 8(a) _____ 3.2.8) Description of your company's relevant experience and resource capabilities in performing this type of work. 3.3) In order to participate in the resulting RFQ and to be eligible for an award, the proposer must have (i) a current CAGE Code, (ii) a DUNS#, (iii) be registered to do business with the Government of the United States in the System For Award Management (SAM) and (iv) not be on the Excluded Parties List. Please do not provide generic capability statements as they shall add no value to this RFI. The Government is seeking specific information in conjunction with the specifications of this requirement ATTACHMENT A - Table of Requirements Implementation of a container-type datacenter, which will support the software and hardware of its virtual e-learning platform Moodle for more than 230,000 students, which includes training slots for its active police force, as well as training slots for six countries of the international police community that are part of the action plan for regional security cooperation between the United States and Colombia CONTAINER-TYPE DATACENTER TECHNICAL REQUIREMENTS IMPLEMENTATION OF CONTAINER-TYPE DATACENTER GENERAL REQUIREMENTS The contractor shall supply and install in the facilities of the National Directorate of Schools of the National Police of Colombia a datacenter type thermal container (Shelter) for specific use in technology equipment. The dimensions of the container must be between 35 and 40 feet with their respective anchoring pivots. The Container (Shelter) shall be of new manufacture, it does not accept containers type maritime, re-manufactured or repaired. The designs of the solution shall ensure the correct operation of the container The contractor shall provide at each anchoring pivot a dynamic spring that will support the stabilization of the container by earthquakes and floods Container shall comply with IP55 or higher The solution shall guarantee an anti-caloric protection system of solar transmission, anti-expansion protection and softening at temperatures of deformation under load. Container surfaces shall be resistant to fire, water and dust The walls of the container shall include fire protection panels and must be composed of thermally insulating materials to withstand high temperatures The floor of the container shall be designed with specific protection panels for floor, which avoids any type of entrance of water or fire that could come from the same plant of the Data Center or of inferior plants, at the same time, must take into account the Requirements of its structure to support the elements to be installed on the surface, such as wiring, racks, servers and others. The outer surface of the container shall be in electrostatic painting. The color must be defined with the NATIONAL DIRECTION OF SCHOOLS OF THE POLICE. It shall be treated with epoxy-polyester resins resistant to humidity and outside environment. The Container shall be painted on its outer walls according to the design provided by the DINAE The base of the container shall be galvanized by hot dip to prevent material damage due to oxidation or corrosion due to the environmental conditions of the area. The container must have an insulation system resistant to fire and water with sealing of cable passage The contractor shall supply and install at least seven (7) cabinets between 36U to 42U and compliance to EIA-310-D standard, of which at least 6 shall be for telematics equipment infrastructure, Rack or blade servers. Each cabinet shall include the following minimum specifications: • Ground connection. • The connection of racks to PDU, and between units must be in fiber • Rack power supply system capable of connecting all the equipment in each rack. The type of connections should be included in detail depending on the type of equipment sent by the POLICE SCHOOL DIRECTION to be connected in each Rack. • Cable and pipe steps: In all penetrations from the inside to the outside and vice versa of the Data Center, wires will be placed for sealing against external elements (water, moisture, dust). • The cabinets must have a system that allows their safe handling in maintenance activities or installation of equipment The contractor must obtain authorization from the American Embassy and National Police, before any assembly or execution. The contractor shall guarantee that all the equipment and systems proposed in the solution must be of recognized brands in the national and international market, with representation and support in Colombia. All equipment and / or parts requested, as well as the materials used in its assembly must function perfectly in the physical and environmental conditions of the city of Bogotá, D.C., Colombia. The contractor must install each of the equipment, components and services, as well as all the elements of licensing, hardware and software required for the operation and adequate operation of the solution at least during the time of the guarantee. The contractor shall supply and install all cables, connectors, accessories and assembly elements necessary for the installation and operation of the equipment. The installation shall include the configuration, acceptance and operation tests of all the elements and equipment of the solution. The equipment of the data center must guarantee the minimum requirements level TIER I in aspects of its internal infrastructure. The implemented solution, including its components, shall have a grounding shield for protection against lightning strikes. The contractor shall deliver the detailed plans of the maximum solution 20 days after received notice to proceed The internal walls of the datacenter shall be covered with a plate supported by structural profiles of galvanized steel, resistant to high temperatures, coated with polyurethane sealant and white electrostatic paint. Rack PDUs shall: ensure maximum rack capacity, allow equipment to be connected to two separate electrical circuits, be the same brand of rack or certified by the manufacturer. All elements and components installed in the solution and systems must be new. Any damage caused to the infrastructure, electrical installations or equipment of the National Police as a result of the implementation of the project must be assumed, restored, repaired or replaced by the contractor. The contractor must submit certification issued by the manufacturer of the installed equipment that guarantees the stock supply of original spare parts for the equipment for a minimum of five years from the received to the satisfaction of the project, in order to guarantee in the future the attainment thereof. MANAGEMENT SYSTEM The data center shall have a system of administration and monitoring of the devices that integrate the implemented solution The administration service shall allow UTP access The supplied Air Conditioning system shall have UTP network ports which must be managed through an SNMP platform The access control system and each of the devices shall have an Ethernet management port, which software will be installed on the computers assigned to this centralized management system The CCTV system shall have software that allows the administration of the coverage area of the cameras. The logical network system, both fiber and UTP, must have management ports which must manage each of the active Ethernet devices inside the container. The UPS system shall be managed by software provided by the manufacturer of the UPS. For this purpose, the UPS must have an Ethernet network management port. Container management software shall support SNMP management protocol The software and hardware must be fully administrable via WEB page and local, so that the status of each of the devices can be seen inside the container and / or outside from a web page, with a key user and security policies of the information that be definied The Management System shall have a high-resolution rack tray monitor (KVM) in order to track the status of each of the devices inside the container The solution to be implemented shall include a network-attached storage system (NAS) to record the management information of the container The management system shall be interconnected with the DINAE LAN network via Fiber and / or UTP channels as applicable. All subsystems of the solution shall have monitoring systems including the licensing of the software required for its operation, minimum during the time of the guarantee The solution shall include software that integrates the monitoring of the different systems of the container such as: access control, CCTV, Air conditioners, UPS. The management system shall include a workstation inside the container for the monitoring of the systems and a remote access for monitoring from a remote room provided by the National Police. AIR CONDIOTINING SYSTEM The container shall be delivered with an precision air conditioning system that maintains the temperature, humidity, quality and purity of the air within the international standards for the good operation of the datacenter, dimensioning the maximum capacity of growth in machines of the total cabinets and UPS, Dimensioning a minimum cooling system of 32KW in 2n + 1 configuration. The type of technology of the air conditioners must control temperature, humidity, and must be designed to operate in the city of Bogota The air system shall have 3 presicion air conditioning units that guarantee the required temperature during operation time (7x24) in a 2n + 1 redundancy system, guaranteeing 100% backup of the estimated thermal load. The contractor shall ensure the electrical supply for the operation of the air conditioning system The air system shall have the respective drainage ducts to the outside of the container. The drain shall be supplied with the solution The contractor must provide a monitoring system to monitor the alarms and notify the mobile phone and mail. In case of significant temperature increase the system must perform an automatic, safe and controlled shutdown of the internal electronic devices via SNMP The system shall include a control panel with LCD display and network communication interface The input voltage of the system shall be 200V, 208V, 220V, 240 and 3 phases adjusted with the solution The system input frequency shall be 50/60 Hz The system shall remove the moisture through the evaporator coil or thermostatic valve. The system shall contain G4 or equivalent filters with dirt alarm. The system shall operate with refrigerant R410a / R407C or equivalent that does not harm the environment or reduce the ozone layer. The offeror shall provide the necessary refrigerant for the optimum operation of the System during the warranty period. The system shall guarantee the necessary air flow for the optimum operation of the system. The system shall guarantee an acoustic level less than or equal to 58dB at a distance of two meters. The system must have UL484 certifications; CSA, CE, RoHS or international equivalent. The precision air conditioning system shall have 10Gb base T Ethernet ports The system shall allow access protocols http, snmp, web, serial port support The contractor shall perform the design of the cooling system, airflow, mitigation of areas of high temperature concentration, hot and cold air mixing points, distribution of hot and cold aisles. FIRE DETECTION AND EXTINGUISHING SYSTEM The contractor shall include in the solution the plans of the system of fire detection and signaling-evacuation in case of emergencies The signaling and evacuation plans shall be secured to the interior of the container data center The contractor shall supply and install the detection, alarm and automatic fire extinguishing elements The contractor shall carry out the adaptation and distribution of pipes according to international standards The contractor shall perform the testing, commissioning and training of the fire detection and extinguishing system The contractor shall supply clean extinguishing agent and maintenance of the system for at least the warranty period The system must be in accordance with the following types of fire: Class A, Surface fires (wood, papers or other cellulose type, etc.). Class B - Flammable liquids. Class C - Electrically energized equipment. The system shall be activated automatically upon detection of some of the above fire classes. Component I-Fire Detectors: The inner area of the datacenter shall be protected with devices that perform early detection (smoke detectors, manual station) and will be activated according to a strategic location in the CONTAINER, in addition they will send their respective signals to the control board. Component II-Control Panel: The configuration of the system shall receive the signal from the detection devices and order, among other actions, the activation of the available audiovisual alarms, check the counting time and once the cross alarm zone has been verified (State in which two detectors enter The same zone in alarm) must send the signal to stop the operation of the ventilation system, disable the access control and activate the discharge within the area to be protected. The control board shall, through the activation of a pilot, suspend the power supply, in order to protect the electronic equipment Component III-Agent Fire extinguisher: It will be stored in cylinders and shall be evacuated through the piping and nozzles once the control board sends the opening signal to the cylinder valve. Componente IV-Discharge: Once the discharge is activated, the extinguishing agent must be discharged and evenly distributed over the whole area to be protected, reaching the required concentration according to the risk and according to the design before 10 seconds, without any danger to the life of the occupants, or risk to the integrity of electronic equipment Component V-Pipe and Supports: The material of these elements should not be combustible and the pipe will be of steel, aligned with international standards. The thermodynamic calculations of the systems for defining diameters, nozzle orifices and pipeline paths shall be made according to NFPA 2001 or computer homologated by means of specialized software with UL approval or homologs developed by the equipment manufacturers. The equipment offered and the detection equipment shall be UL listed and FM or homologated. The main and basic components of each system are: • Ionization and / or photoelectric smoke detectors. • Control panel. • Horns with alarm light. • Cylinders with the required extinguishing agent capacity, with control valve, support and low pressure indicator switch. • Level gauge for large cylinders • Clean extinguishing agent • Discharge nozzles • Dual-action manual station for unloading. • System abortion button. • Piping and supports for discharge and detection. • Preventive warnings on components and system operation. • 2 Plans of the systems (1-Isometric and distribution of discharge pipes; 1- Distribution of piping and detection wiring) • Operation and maintenance manuals. ENERGY BACKUP SYSTEM The data center shall have a UPS power backup system of at least 40KVA / 36KW with possibility of scaling The system shall guarantee an efficiency greater than or equal to 85%, between 50% and 100% of the load. The UPS shall be provided with a control panel with a liquid crystal display (LCD), microprocessor based for the operator interface to configure and monitor. The system must have the electrical outlets required by the solution. Output voltage regulation: Three-phase balanced loads Nominal Output Voltage Supported 200V to 240V Output Voltage Regulation (Line Mode) for optimum system operation. Output voltage regulation (battery mode) for optimum system operation. Output AC Waveform (AC Mode) Pure Sinusoidal Wave Output AC Waveform (Battery Mode) Pure Sinusoidal Wave Nominal input voltage 208V. Input voltage range + 20%, -15% at full load Type of UPS input connection Permanent Electrical Installation UPS Voltages Rectifier AC input: 208V, three-phase, four-wire-plus-ground. Bypass AC input: 208V, three-phase, four-wire plus ground. Output AC: 208V, three-phase, four-wire plus ground. Rated Voltage (s): 208V Range Supported (s) 200V to 240V Three-phase input Autonomy at Full Load (min.) 10 minutes (40,000 W). Autonomy at Half Load (min.) 30 minutes (10,000 W). The system shall allow the addition of new external battery banks to extend the autonomy The system shall include a selectable Front Panel with LED / LCD Display with scroll and select buttons that enable detailed control and monitoring options of the UPS. The LED / LCD panel should indicate at least: operating conditions and UPS faults / warnings, operation mode, alarm / off conditions, input / output voltage / frequency, battery voltage, load percentage Operating altitude (m) 0 to 3000 m The system must include UPS management software that allows the communication with air and PDU strips for the correct monitoring and integration of the solution Cold Start (Starts in Battery Mode During a Power Supply Failure) UL1778 Certification; CSA; FCC Part 15 Category A (EMI) or equivalent international standards International Certification of Surge Protection The electrical installations required in the Modular Data Center connection must comply with the Technical Regulation of Electrical Installations RETIE published by the Ministry of Mines and Energy of Colombia The contractor shall comply with the Colombian technical standard NTC 2050. The system shall include alarms about operating conditions such as: low battery, overload, shutdown. The system shall include EMI / RFI Noise suppression filters in CA or certified equivalent The UPS AC suppression response time shall be instantaneous UPSs shall be integrated into the container management system The contractor shall include a mimic diagram of the electrical connections involved. The system must have a minimum warranty of 3 years. The contractor must deliver certification from the manufacturer accrediting warranty and availability of spare parts. ACCES CONTROL SYSTEM The container shall have 2 doors, 1 Entrance Door and an Emergency Door. The System of access to the container must be through biometric devices Access doors must have pneumatic or hydraulic closures for automatic closing. Doors shall provide protection against fire. The container must have an access control system that guarantees the security in the entrance to the installations only to the authorized personnel through biometric access of fingerprint and keyboard. This system must validate and store access records to the data center. The system shall include IP65 biometric access control devices. The safety system of the emergency door shall be only output. It must have magnetic contacts to identify whether it is open or closed. Doors shall include an emergency bar that allows the evacuation of the modular data center in the event that the fire detection and extinguishing system is activated upon receipt of the smoke or temperature detector signals. The security and access control system shall be connected to the power backup system. The access system shall be integrated into the CCTV system, fire detection and extinguishing system and air conditioning system. The access control system must include the Anti-passback function, in order to guarantee the validation of the users when entering and leaving the data center. The access control of the emergency door must include an anti-panic bar. The biometric fingerprint reader shall comply with the following: • Waterproof structure and IP65 rating • TCP / IP connectivity • Identification of tracks from 1 to 2000 tracks in one second • Keyboard built into the device • Configurable for fingerprint and password control The system shall have a minimum warranty of 3 years CCTV SYSTEM The data center shall include an IP camera CCTV system with HD capture resolution. The camera system must include a NVR digital recorder for 6 cameras (2 internal and 4 external cameras with their respective supports and installation), with a minimum system recording time of 1 month, the system must contemplate H.264 stream video dual streaming, 720p recording on all channels, simultaneous HDMI / VGA video output, 4-channel real-time production, GRID interface and intelligent search. ONVIF compatible. The system shall allow remote monitoring with their respective viewing software licenses. The system should include motion detection alarm, video loss and black camera Minimum Camera Resolution: 1280 x 720 Pixels The 6 cameras shall allow recording with low illumination (infrared) The system shall include brackets and protection for each camera according to location. The cameras shall be located in metal structures subject to poles in the previously chosen sites or in facades of the buildings as the case may be. The supports of the cameras shall have arms, anticorrosive coating or with electrostatic painting for assembly in cement, metallic or facades. Internal ducts must be installed to carry cables. The system shall guarantee network security and password protection. The cameras shall have minimum protection IP65 The system shall have a guarantee and minimum licensing of 3 years ENERGY DISTRIBUTION SYSTEM The power distribution system must have a manual and automatic circuit breaker that allows the power supply to be suspended, in the event of a failure in the air conditioners or an increase in temperature in order to avoid equipment damage. The system shall include the integration of the connections between the substation, the UPS and the emergency energy infrastructure (generating plant) with a transfer that is complying with international standards. The contractor shall carry out the site survey and study of energy loads and implement it in the solution. The implemented solution shall include a power distribution board (PDU) that supports the regulated electricity network of the Data Center, which must receive the general power supply from the power station and from the generator that the entity has in order to supply the power Load required by the CONTAINER. For this reason, the power wiring will be calculated to support these loads. The power supply to the general board must be three-phase including the transfer. The entire system must support power to the UPS and generator. The solution shall guarantee a minimum reliability level TIER I. All perforations of the Power Distribution Boards (PDUs) shall be properly protected and insulated to avoid cable cuts Power Distribution Boards shall have single-line diagrams of the general system and specifically of the panel, including the clear and legible marking of each of the elements that make up the distribution board. Distribution boards shall include the following features: Main Distribution Board: a) Mandatory main characteristics of Distribution Board 1. All materials and components shall be new, standard design, first quality, free of defects and / or repairs, previously tested in similar installations. 2. Boards shall be designed to minimize any risk that compromises or degrades the integrity of the equipment and to provide maximum personal and operational safety during all operating, inspection, maintenance, testing and commissioning conditions. 3. In general, boards must meet the following requirements: i. The electromechanical specifications given below. ii. Dimensions and distribution in the interior optimized without detriment of the operation, easy maintenance and reliability. iii. Use of standardized components that simplify maintenance activities. iv. Easy connection of outputs-power inputs. v. Easy connection of outputs-control inputs. vi. Easy form of extension of the boards that enables future extensions. b) Emergency power off system (EPO) The main switchboard shall include an emergency shutdown system that meets the requirements of Standard NTC2050 Article 645.10 or its equivalent in international standards. c) Compliance with RETIE (Technical Regulation of Electrical Installations) All items that require a RETIE certificate must attach current certification. In addition, at the end of the electrical activities required during the supply and installation of the Power Distribution Boards, the contractor shall deliver a signed certification of the scope of the work executed, as directly responsible for the assembly, relating the qualified person responsible for the construction of the electrical installation. The data center shall include a standard and emergency lighting system and electrical service outlets. The data center shall include roof racks for electrical and telecommunications distribution. The data center shall include redundant secondary electrical panel The data center shall include rack power supplies and their electrical wiring. The data center shall include normal network outputs for services. The data center shall include emergency lamps. The data center and racks shall include a grounding and piping system certified by the contractor The data center shall include piping and trays for electrical wiring and other electrical elements involved in the installation. The PDU system shall include overload protection The contractor must install an electrical connection that provides power to the container The contractor shall ensure that all electrical elements of the container are connected to the UPS The contractor shall provide the electrical connection between the container and the electrical substation located in the DINAE, with the electrical protections and adjustments The contractor must provide the electrical connection between the container and the electrical plant located in the DINAE, with the electrical protections and adjustments The electrical installation shall comply fully with the RETIE standard of Colombian industrial installations for external use The electrical installation shall comply with IP65 minimum at the connection to the container The contractor shall calculate and inform DINAE, the number of amps the container will consume The electrical connection shall be monitored by the container management system The external installation when entering the container shall comply with the IP65 STANDARD The contractor must guarantee the electrical supply to each of the RACKs of the container Each rack shall be powered by the PDU system connected to the UPSs that the contractor integrates into the solution Each PDU shall be monitored by the container management system The container shall have two redundant lighting systems which permit and guarantee illumination within the container The ignition mechanism of the lighting shall be automatic with a time not more than 2 seconds after the opening of the main door All electrical boards shall comply with the RETIE STANDARD for Colombian industrial installations The boards shall be properly marked according to the RETIE standard for Colombian industrial installations All electrical wiring shall have brackets that allow the rack to move to maintain them. The contractor shall perform the required load calculations for the implementation of the integral solution. Sizing the total capacity to the maximum of each of the racks The contractor shall ensure that the location of the trays in the Data Center does not interfere with other devices, such as lamps, ducts and trays of the mains network, air conditioning ducts and the fire system network, among others. The contractor must include the service and installation of metallic electrical pipe (EMT) with its respective accessories and fasteners. The installation of ducts in PVC, or cable without subducted protection will not be accepted The contractor shall include and install all piping including fittings, junction boxes, access cases, joints, couplings, elbows, bends, expansion fittings. All curves in the ducts shall have at least a radius equal to that recommended by the driver's manufacturer. The conductors to be used shall be copper of homologated mark. Any connection or bypass must ensure perfect insulation and impermeability. The control circuits in all the boards and at each exit point shall be identified according to international standards. The data center shall have an internal lighting system and an emergency lighting system in case of power failure. The data center shall include at least two programmable light timers, to turn off the light when no movement is detected. The brightness inside the data center shall be sufficient for the operator to have complete visibility of all the elements up to the level of the floor. 50% of the illumination shall be provided by the UPS to provide illumination in the event of a main power failure. The emergency lamps must comply with the RETIE. These must be located according to the best design in the data center access doors The data center shall include at least two (2) emergency lamps, with battery backup at least 90 minutes. The emergency system shall be connected to the plant or generator to charge the batteries. All materials installed by the supplier in the electricity network, whether normal or regulated, must have the PRODUCT CERTIFICATE. All electrical installations must comply with the technical regulation for electrical installations RETIE The electrical system must include sockets for service to 110V Interior lighting: LED lamps; Distributed in the interior to obtain minimum 500 lux of average to a height of 1 meter on the floor. Outdoor Lighting: 55W LED Floodlights IP65, with photocell operation Emergency lighting: emergency lighting and exit signals, with batteries, autonomy of 90 min. The power system of the data center shall include its respective channeling Warranty 3 years for each of the components of the electrical system CONNECTIVITY The contractor shall include an internal network system in the data center that allows the integration of the Cabinets through a wired network in optical fibber The contractor shall install a cabling system on optical fiber to the CORE (main) communications cabinet, complying with the CAT 6A cabling standard for UTP ports (according to the design requirements of the solution, the cabling must be certified According to the regulations for this category). The contractor shall provide, for the DataCenter solution, the interconnect backbone between the main communications rack of the CONTAINER and the server cabinets through fiber optic trays and 10 Gb / s OM3 24-wire multimode fiber cabling. Fiber links between the communications cabinet and the server cabinets must be guaranteed, including all accessories required for inter-cabinet connectivity. Certifications for the implementation of the solution must be included and the entire patch cord of the ports interconnection must be delivered. Fiber Optic Networks: All network points must be 100% operative. For this it must contemplate category 6A patch panel, patchcord and all the necessary elements for the operation of each channel, according to the category and speed required in the origin and destination of each one of the cabinets. Data points: 24 data points in CAT 6A cable. For each of the server cabinets. The contractor must validate based on the final inventory of equipment required by the POLICE SCHOOL DIRECTION, how many will be in UTP Cable and how many in optical fiber. Fiber optic data backbone from the Modular Data Center telecommunications rack and communications main rack of the POLICE SCHOOL DIRECTORY or equipment to be purchased and supplied for Telecommunications to be installed in the Modular Data Center Communications Cabinet. Fiber-optic cable is required to support 10 Gigabit Ethernet applications. The contractor must ensure that the connections are made in optical fiber have prior approval of the representatives of the National Police and the American Embassy Communications Rack # 1 shall have the following specifications: • From rack # 1 to each of the 6 Racks, minimum 24 CAT6A UTP ports • 1 Patch panel UTP CAT 6A • 24 Patch CORD UTP CAT 6A, minimum 3 meters In the rack # (2-7): • 1 Patch panel UTP CAT 6A • 24 Patch CORD UTP CAT 6A, minimum 3 meters Fiber optic system: • Rack # 1 shall include fiber optic trays to extend to each rack (2-7), 12-wire OM3 fiber optic • Racks # (2-7) shall include a 12-wire fiber optic tray • Racks (2-7) shall include an OM3 10Gbps fiber optic patch cord with LC-LC connection The solution to be implemented shall include Minimum three (03) LAN switches, Layer 3 of 24 ports 10Gbps SFP + each administrable, each with autosensing, must support the configuration of VLANs. At least 24 fixed SFP + ports must be included within the switch:  Stacking: The switches shall support stacking for a minimum of ten (10) Units, with two dedicated stacking ports. The stacking speed shall be at least 84Gbps. It must support at least 80m distance between switches in stacking. At least two stacking cables must be supplied for each switch.  Out-of-Band Management Port: In addition to the console ports, switchs must have an out-of-band 10/100/1000 Mbps management port.  Additional Expansion Module: It must have a dedicated Slot to be able to install modules of minimum two additional ports of type SFP +, QSFP +.  Optical Transceivers: For each switch, 24 SFP + transceivers must be delivered.  Power source: Internal redundant power source that can be removed hot. External sources will not be accepted.  Fans: Redundant variable speed  MAC addresses: Minimum 130000  Processing: Minimum 450 Mpps  Switching Capacity: Minimum 640 Gbps  Latency at 10G: <4.5 microseconds  Buffer Size: Minimum 4MB  VLANs: Must support IEEE 802.1Q with at least 4094 vlans  Protocolos Nivel 2: IEEE 802-1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning tree Protocol, IEEE 802.1s Multiple Spanning tree, IEEE 802.3ac Extensiones de Frame para VLAN Tagging, IEEE 802.3AX Link Aggregation Load Balancing, IEEE 802.3az Energey Efficient Ethernet (EEE), IEEE 802.1v Protocol Based Vlans, IEEE 802.3ad Link Aggregation Protocol.  Administration: Must have RJ-45 console port; RS-232 according to the manufacturer. Must be fully administrable via CLI console. SmartWeb - Managed Web switches will not be accepted as the primary management role. It must support SNMPv1, SNMPv2, SNMPv3. It must be able to be administered via web as a second administration option. It must support dual firmware image in flash.It must allow a remote control port (RSPAN) for traffic analysis. It must allow autoconfiguration through USB ports without the need for protocols such as TFTP or FTP.  Vlan Voice: It Must support voice vlans settings  Protocols Level 3: Static Routes IPv4 minimum 1024, Static Routes IPv6 minimum 1024, Support and include RIP Routing, Support and include OSPFv2 Routing, Support and include BGP Routing, Support and include VRRP, Support and Include OSPFv3, Must support Graceful Restart for OSPFv3 RFC5187, Must support and include ECMP for minimum 64 groups, Support and include Policy Based Routing, Must support and include the possibility of setting minimum 128 Vlans Interfaces.  Security: It must support ACLs based on IPv4 and IPv6 (minimum 4096), Must support ACLs based on time, it must support RFC 2865 RADIUS, it must support RFC 2866 RADIUS Accounting, Must support RFC 2869 RADIUS Extensions, it must support RFC 1492 TACACS +, it must support RFC 4521 LDAP Extnesion, it must support RFC 3580 802.1x with radius, it must support Openflow 1.3  Convergence: It must support minimum 1500 IPv4 Multicast entries, It must support minimum RFC 4541 IGMP v1 / v2 / v3 Snooping and querier, It must support minimum 1500 IPv4 Multicast entries, Must support minimum 1500 IPv6 Multicast entries, It must support and Include routing Multicast RFC 3973 PIM-DM, It must support and Include Routing Multicast RFC 4601 PIM-SM, Must support IGMPv3 RFC 3376, Must support MLDv1 (Multicast Layer Discovery) RFC 2710, It must support RFC 2475 Diffserv Architecture, Must support IEEE 802.1p Cos. Installation and Configuration: The installation and configuration must be carried out directly by certified personnel of the manufacturer. Support: Minimum of five (3) years of support must be offered with 7x24 telephone support and with on-site attention and change of parts directly by the manufacturer the next business day Warranty: The contractor must provide a minimum warranty of three (3) years. All necessary cables and accessories must be provided for their correct operation. The contractor shall provide and install (07) seven 10Gbps Base T RJ 45 network cards which must be compatible with servers owned by the National Power Board (Dell Power Edge R620 and Dell Power Edge R630). The manufacturer's certification of the compatibility of the cards to be supplied with the servers must be attached. The contractor shall provide and install (07) Seven FC 8Gbps dual port FC cards which shall be compatible with servers owned by the National Power Board (Dell Power Edge R620 and Dell Power Edge R630). The manufacturer's certification of the compatibility of the cards to be supplied with the servers must be attached. DATA CENTER EQUIPMENT The contractor shall provide a multi-controller SAN storage system that supports solid state disks (SSDs), mechanical disks (HDDs) and / or all flash storage Storage capacity: The storage system must have at least 140 effective Terabytes on drives configured in RAID5 and / or RAID6 or higher, consisting of disks of minimum 1.2 TB up to 3.8 TB on SSD and / or SAS. Growth: The system shall have the minimum growth capacity of 900 additional SSD drives as requested and / or usable growth capacity in minimum solid state storage at 3.5 PB. Hard Drives: Minimum 140 Terabytes on drives configured in RAID5 and / or RAID6 or higher, distributed as follows: • 40% on SSD drives • 60% on SAS disks Disks must be Hot Plugable or Hot Swap All disks must be updated with the latest version of firmware released and supported by the manufacturer without affecting the service in storage. Support of disk arrays: 3D RAID and / or RAID DP and / or RAID4 and / or RAID5 and / or RAID6 and / or higher or their improved equivalents. Controllers: At least two (2) Fiber Channel controllers with FC-to-host connection of 16 GB / S configurable as active-active or as active two-way, configured in high availability that work in parallel and that operate as a contingency between them. The storage shall allow growth in at least 8 controllers in order to provide the optimum performance for future applications and / or with the pair of controllers offered to guarantee the handling of the maximum capacity of drives or storage described in the item GROWTH Cache Memory and Cache Accelerators: Minimum 512 GB native per pair of controllers, ie without extending it using the SSD disks. Host Ports: At least four (4) FC ports at 16 Gbps per controller. All ports must be active and licensed with their corresponding SFP + or QSFP modules at 16 Gbps with their respective OM4 cables. Reservation discs (hotspare): The maximum number of backup discs (hotspare) must be configured to guarantee the double protection of the data, according to the certified architecture of each manufacturer. Availability: The manufacturer must ensure a 99.9% SAN storage system availability rate. All storage components must be redundant. Host management: Minimum 200 per controller. Communication protocols: It must support, implement and configure the communication protocols used in SAN systems (ISCSI, FC, among others). Redundancy: The redundancy scheme shall be implemented in the following elements: • Redundant hot plugable power supplies • Redundant hot plugable fans • Redundant Hot Plugable Controllers SAN De-Duplication: The licensing shall be on the capacity offered for de-duplication of data in SAN production storage. The de-duplication must be performed in the primary storage, without the use of additional hardware and / or software at the block level. Compression: The system must deliver compressed data to SAN functionality as applicable. Security: LUN masking, must allow multiple servers to share an FC connection. Licenciamiento de software: • All the functionalities of the SAN as Adaptive Flash Cache, Autonomic Rebalance, Cluster Extension, Peer Persistence, Remote Copy, System Reporter, Thin Conversion, Thin Copy Reclamation, Thin Deduplication, Thin Persistence, Thin Provisioning, Virtual Copy, VSS Provider for Microsoft Windows, Dynamic Optimization, System Tuner, Peer Motion, must be fully licensed and active for the requested storage capacity. • Licensing shall not be Trial Version. • The licenses must be in perpetuity and be in the name of the National Police. Administration: The system must support GUI and command line (CLI) administration, using secure SSL and SSH protocols. Administration and Monitoring: The storage system should have a notification system of status and solution integrity: • The licensing of management software, monitoring and automatic notification shall be in perpetuity. • The SAN must bring fully licensed centralized management software via web and / or application, for all storage functions such as handling of alerts, administration and presentation of LUNs, hosts, disk inventory, snapshots, clones, among others. The console must be able to manage from the same interface as the main storage. Access to the console must be secured by the use of secure access SSL, HTTPS among others; In the case of requiring a server for its administration, this should be included in the proposal of the contractor. Automatic fault reporting: The system must provide the permanent sending of hardware or software events that must be monitored and repaired by the manufacturer Platforms Support: The storage solution must support and ensure its compatibility with at least the following products on the servers: Windows SERVER 2012 R2, Windows Server 2012, HyperV, Linux, Oracle, VMware, AIX, HP-UX, SQL SERVER, PostgreSQL, Oracle Database, Oracle Linux, Red Hat, Oracle Virtual Machine, Microsoft SQL Server, Microsoft Exchange, Microsoft Hyper-V. Supported protocols: The storage system offered must support multiple protocols such as: FC, iSCSI and / or FCoE. Partitioning in subsystems: The system must have the functionality that allows the partitioning in subsystems in order to enable the function of independent storage by units. SWITCHS SAN TYPE The contractor shall supply two (2) SAN switches from 24 FC ports to 16Gbps fully licensed with their corresponding SFP / SFP + at 16Gbps including their respective OM4 cables. The switches must be fully configured and connected. TRANSFER AND INSTALLATION OF SERVERS The contractor must perform the six (06) transfer and installation and configuration of seven (07) DELL servers, which are in production (non-critical processes of availability). The transfer will be made from the Telematics Office of the National Police to the Datacenter of the DINAE, both located in Bogota City, previous coordination of National Police and offeror. The contractor must configure the servers with the necessary drivers and zoned in the SAN switches. The contractor must configure the federated storage functionality according to the needs of the National Directorate of Schools The contractor must perform the installation without disruption of the system in non-disruptive mode INSTALLATION AND CONFIGURATION The contractor shall install and configure the disk protection arrangements in accordance with the best practices established by each manufacturer. The contractor must install, configure, put into production the storage system and the switches in the datacenter, in addition it must provide the documentation on the installation and administration of the solution in magnetic medium. The contractor must include for the National Police all the necessary services for the installation, configuration, balancing between disk magazines configured in RAID5 and / or RAID6 and putting into operation of the entire solution. The contractor shall install and configure together with the arrangement, in RADI 6-10 and RAID 5-9 according to the best practices of the manufacturer The installation, set-up, balancing and commissioning services must be supplied directly by personnel authorized by the manufacturer. The contractor shall ensure that the installation, configuration and testing will be performed with personnel certified by the manufacturer and will deliver in full operation all necessary elements such as rack (of the same brand of storage), PDUs, electrical connections, power cables, breaker, Connection interfaces such as factory-made thermoformed patch-cord, FC cables, fiber optic transceivers at source and destination, connections between disk boxes, driver software and system utilities for each of the components of the solution that ensure Its full operation The contractor must supply all the elements required for the installation, configuration and start-up of the solution. The elements offered must be certified and approved by the manufacturer. The contractor must configure the snapshots and / or similar for the times and durations assigned by DIANE. The contractor must configure the daily reorganization of the data stored in the unit. This reorganization must be non-disruptive. The contractor must configure the SAN to SAN replicas that affect the volumes created in the storage, according to the needs of DINAE. The contractor must configure the functionality of live volumes in the volumes that DINAE allocates. The contractor must configure the federated storage functionality according to the needs of DIANE. The contractor must verify the connectivity, functionality and operability of the entire solution. GENERAL REQUIREMENTS The equipment, elements, components and accessories that are installed must be new, re-manufactured elements will not be admitted. All software required for the SAN to function properly must come fully licensed. The contractor must deliver certification issued by the manufacturer stating the warranty of the equipment and software offered that compose the storage system Minimum storage system warranty must be at least 3 years The warranty must include software updates, patches, micro code, firmware, among others, which must be applied by technical support that must be provided by the manufacturer when required by the entity. The guarantee will start from the moment in which the entity receives to satisfaction all the solution offered. The offeror must deliver certification issued directly by the manufacturer in which he guarantees the supply of spare parts of the equipment offered for a minimum term of two (2) years, after the end of the warranty. The contractor must provide certification stating that the equipment offered is not in the final stage of the product's existence. The contractor shall provide training in the management of the SAN storage system STRUCTURED CABLING In order to guarantee fiber connectivity between the telematics building and the data center, the contractor shall provide two fiber optic links on different routes in order to guarantee a minimum level of reliability taking into account the following fiber characteristics: Of 12 wires 50/125 of external use armed OM3. The contractor shall make the laying of the fibers underground. If necessary, a new underground pipeline must be made to send the fiber, which will allow the connection of the buildings. The contractor shall ensure interconnection between the source node to where the container is located, including fiber trays, fiber connectors, patch cord transceivers, and all the elements required to ensure the connectivity of the solution. The optical fiber shall withstand the stress generated by its weight in its installation, as well as the conditions of water immersion and the presence of rodents. The contractor must test the optical fiber laying once installed in its entirety, in order to verify that there are no cuts or breaks in the extended nodes or stretches. The contractor shall install the fiber optic trays for the solution, one in the tower building (source node) and one in the container The fiber shall be protected to the entrance of the container by means of IP65 protection elements. The laying of fiber must ensure the suitability of the necessary boxes according to the standard RETIE and in case of need to use the boxes of passage between buildings. All components of the copper and optical fiber channel shall be of the same brand, in order to guarantee the end-to-end operation of the same. PHYSICAL INFRASTRUCTURE ADAPTATION WORKS The contractor shall submit to DINAE the detailed drawings of the physical infrastructure adaptation Works 20 days after the notification of proceeding, which shall be certified by qualified work engineer. The contractor shall adapt the data center structurally and physically with the conditions required for its correct operation. Including all the civil and architectural works that are required. The data center installation area shall be delivered with its respective drainage. The water under the container shall be avoided. The contractor shall conduct the ground surveys for soil sampling and sampling including SPT and VST field perforations and tests, unchanged (Shelby) and unchanged sampling (Spli- Spoon), laboratory tests for channeling index And resistance (Drained and not drained condition). Geotechnical study final report (includes recommendations of cementer) The adjustments of civil works shall guarantee the protection of the container against floods. Infrastructural adaptations shall include the ground and lightning protection systems for protection and correct operation of the solution. The contractor shall make the adjustments and reinforcements necessary for the installation of the data center type container based on the recommendations of the geotechnical report and the studies of soil, guaranteeing the stability of the selected place for at least 10 years The contractor shall construct a base that supports the installation of the data center, based on the recommendations of the geotechnical report, the studies of soil and the dimensioning of the total weight of the solution. The contractor shall construct a protective wall on one side of the container which is situated alongside an internal vehicular passageway in order to prevent accidental collision of vehicles with the container The contractor must perform all the civil works required for the implementation and operation of the data center, performing the coordinations of permits and work schedules allowed and regulated by the DINAE The contractor shall assign a temporary site for the debris, which shall be packed in tarpaulins by removing them from the site of the work and facilities of the POLICE SCHOOL DIRECTION. The contractor shall carry out enclosure with security tapes that demarcate the area of collection of the debris materials. All local and administrative recommendations and regulations for the removal and removal of debris materials shall be followed. The transport and final disposal of the debris shall be carried out in accordance with current regulations. The contractor shall guarantee a clean work, that does not affect the environment and under the guidelines and policies of the POLICE SCHOOL DIRECTION. The contractor shall include in its operation and construction costs all transportation of materials from the assembly and / or distribution site to the installation point of the service. It should also consider the time and cost of transport of materials within the work from the assembly site to the site of execution of each item of the work. The storage, custody, protection and disposal of construction materials will be agreed with the NATIONAL SCHOOL ADDRESS. All material that is handled inside shall be transported properly packed covering the affected areas with corrugated cardboard and tape in optimum conditions, changing it whenever it is considered necessary. Also all areas of influence of the service shall remain completely neat and signposted. For this activity shall be contemplated all the materials of first quality of care, as well as permanent availability of personnel of work with daily dedication to this work. The contractor shall carry out the civil works that are required to bring the electrical power to the final site, delivering with the same current finishes of construction, finishes in the streets or green areas and the boxes of passage necessary to reach the CONTAINER. The contractor shall deliver the necessary civil works required to connect the data center to the data network at speeds of 10 Gb / s for two different fibers. TRAINING The contractor must design, execute and deliver a training plan that includes at least: • Topic and description of the training • Hourly intensity by training topic • Learning material for training • Assessment of knowledge and skills acquired by students during training • The training plan shall include at least the following topics: installation, configuration, administration, operation and maintenance of: Mangement System Air conditioning system Fure detection and extinguishing system Energy backup system Acces control system CCTV System Energy distribution system connectivity Storage Area Network Connectivity and structured cabling Additional training topics suggested by contractor The contractor shall train at least 10 officers of the technical team of the National Police, with an hourly intensity at least of 80 hours, in the use, configuration and administration of the implemented solution. At the end of the event, the contractor must submit a report, signed attendance list, final scores of students assessments and training certification The contractor must deliver in physical and electronic means to the National Police in spanish language: user manuals, maintenance manuals, drawings and diagrams of the systems installed in the solution and spare parts list. The contractor must carry out the training in person in the city of Bogota D.C., in the facilities provided by the National Police of Colombia. REGULATORY REQUIREMENTS EIA/TIA-942: "Telecommunications Infrastructure Standard for Data Center" or Equivalent international standard TIA/EIA-568-B "Commercial Building Telecommunications Cabling Standard" or Equivalent international standard UL 1479 "Standard for Fire Tests of Penetration Firestops" or Equivalent international standard NFPA 72: "National Fire Alarm Code". or Equivalent international standard NFPA 80: "Standard for Fire Doors and Fire Windows" or Equivalent international standard NFPA 75: "Standar for protection of information technology Equipment" or Equivalent international standard ICONTEC NTC 2050 "Código Eléctrico Colombiano" RETIE: Reglamento Técnico de Instalaciones Reglamento Colombiano de construcción Sismo Resistente NSR-10 The contractor must comply with resolution 4100 of December 28, 2004, which defines the limits of weights and dimensions in the vehicles of road transport automotive in the road network at the national level of Colombia The contractor must comply with resolution 4959 of November 8, 2006, which establishes the requirements and procedures for granting permits for the transportation of indivisible extra-heavy and extra-sized cargoes, and the specifications of the vehicles destined for this Kind of work The contractor must comply with the occupational health and safety standards in force in Colombia The contractor must deliver the certifications of product and of the services supplied that support the compliance with the required regulatory requirements and standards. The contractor shall list in Annex D the standards applicable to the product or its equivalent standards. PROJECT MANAGEMENT REQUIREMENTS The contractor must execute a project start-up meeting during the next 10 calendar days after notice to proceed with representatives of the American Embassy and National Police. This meeting will include at least: presentation of the work team, work plan, initial identification of risks and deliverables. The contractor must prepare the Project plan and a detailed schedule of the activities required to fulfill the scope of the Project, which will be updated weekly The contractor shall prepare a plan for the risk mitigation of the Project, which will be updated weekly The contractor shall prepare a communication plan defining the official channels for communications and approvals required during the project (meetings, communications, approvals, support requests) The contractor must prepare a traceability matrix of requirements that allows them to be monitored during the phases of the project life cycle The contractor shall hold a weekly follow-up meeting with representatives designated by the American Embassy and National Police, to validate the progress of the project and mitigate the risks that are identified. Each meeting shall be recorded in a file, which must include at least: Schedule follow-up, follow-up of the risk plan and its respective action plan, follow-up milestones, list of meeting participants. This meeting will be coordinated by American Embassy in Bogota. The contractor shall prepare the Acceptance of Conformity Act of each work package, signed by the Chief of the Pedagogical Mediation Center of the National Police and the representative appointed by the American Embassy. The record shall include a checklist of the requirements of the deliverable. The contractor shall respond in a maximum of three days to the communications sent by the American Embassy and National Police in relation to the project (telephone calls, mails, offices, video conference) The contractor shall create a repository to store the documentation associated with the project management. The contractor shall create a quality assurance plan in order to ensure compliance with the product and project requirements established in the scope of the contract. PLACE OF PERFORMANCE The scope of this work will be carried out in Bogota-Colombia. The contractor shall be responsible for its own housing, logistics and transportation for all field visits. End.-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/SINLEC17IB006/listing.html)
 
Place of Performance
Address: Bogota, Colombia, Colombia
 
Record
SN04613604-W 20170806/170804231713-91971dbd29158fb7513f63afddd5c53f (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.