SOURCES SOUGHT
70 -- ICS HYPER CONVERGED INFRASTRUCTURE
- Notice Date
- 5/30/2020 10:55:20 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3020Q0069
- Response Due
- 6/8/2020 12:00:00 AM
- Archive Date
- 06/23/2020
- Point of Contact
- Toledo, Virginia
- E-Mail Address
-
vtoledo@usbr.gov
(vtoledo@usbr.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT This is NOT a solicitation for proposals, proposal abstracts, or quotations. All responses may be used for market analysis in determining the availability of potential qualified businesses for the purposes of determining an appropriate acquisition strategy. The Bureau of Reclamation (Reclamation), Yuma Area Office is looking for any other sources comparable to the Dell XC Hyper Converged Infrastructure (HCI) appliances with Nutanix Software. This requires solution to address complexity and input output threshold for new and existing requirements. This infrastructure will align with LCRO and Denver Office HCI equipment. It shall be capable of the following: � Zero downtime maintenance of all components in the cluster; storage controllers can be upgraded independently from the hypervisor. � Integrated management; external servers or services are not required to host management tools � The ability for SSD drives to be removed/replaced while the cluster is running � Inherent compression and/or dedupe which can be enabled regardless of drive configuration; all flash is not necessary for basic functionality. � Clusters supports mixing of all flash and hybrid nodes; cluster is not dependent on all nodes being the same. Supports running on all mainstream hypervisors. Nutanix XC supports running ESXi, Hyper-V, KVM, AHV, and XenServer. � Utilizes automated Data Tiering which utilizes RAM cache, Flash read/write, and HDD read/write occurring in real-time and utilizing Flash storage as part of the overall storage container. � Supports native hosting of file services (SMB) without additional software. � Does not depend on legacy RAID technology. � Is security hardened by default and does not require manually being hardened after deployment. It utilizes automated �self healing� security checks to keep the infrastructure secure based on encryption. � Holds a Net Promoter Score (NPS) of over 90, and have maintained this position consistently for a minimum of 3 years, highlighting the quality of the post-sales support and customer satisfaction. � The global average uptime of 99.999%. Interested parties may submit their capability statement in an electronic format via email to Virginia Toledo, vtoledo@usbr.gov no later than June 8, 2020 5:00 P.M (EST). The maximum number of pages for submission is three (3) pages (excluding cover page). SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. Interested parties should include as part of their submission: a. A synopsis of the company's capabilities in this area. b. GSA Number/NASA SEWP Number (or both) if applicable c. Unique Entity Identifier d. Company Name e. Company Address f. Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov g. Company point of contact, phone and email address. h. Proof of authorized distributor of Rockwell Automation and software support i. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any company proprietary information must be marked as such. Disclaimer and Important Notices: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of notice is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information or otherwise pay for the information provided in 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; also, respondents must be registered in the System for Award Management (SAM). 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/94d9f94dd3d44a589079d222d3086928/view)
- Record
- SN05675188-F 20200601/200530230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |