Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419

DIRECTORATE OF CONTRACTING; 30 N. WOLFE AVENUE; EDWARDS AFB, CA 93524-6351

70 -- STORAGE AREA FOR NETWORK SOL F0470099Q1782 DUE 090899 POC Michele Cameron WEB: DIRECTORATE OF CONTRACTING, http://bsx.org/edwards/bus_ops. E-MAIL: DIRECTORATE OF CONTRACTING, michele.cameron@edwards.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Simplified Acquisition Procedures (SAP) are to be used with this acquisition. The solicitation number is F04700-99-Q-1782. This is request for quotation (RFQ). Standard industrial classification code: 3572. Small Business Size Standard 1,000 employees. The following is the requirement: Minimum Salient Characteristics Purchase a data storage / storage area network and backup solution for Windows NT and UNIX servers. The solution must meet the following specifications: 1. The Storage Area Network (SAN) must provide the following core services: -Full Fibre-Channel Support -Cross-Platform Support (W indows NT, UNIX) -Protection against loss of data stored in cache. -Multiple concurrent RAID level (0, 1, 0+1, 5) support. -Multiple stripe depth support. -Dual active/active RAID controllers. -Dynamically adjusted look-ahead read cache. -Multiple independent processors per RAID controller. -Mirrored/synchronized write cache (Dedicated 100MB/sec cache bus. -Fibre Channel host interface (100MB/sec). 2. The SAN must provide volume mapping. This mechanism protects valuable data from accidental or inappropriate access by numerous hosts. -Volume mapping allocates storage volumes to specific hosts via world wide host names. -Host systems see only the volumes to which they are assigned. -Volume mapping provides an absolutely secure method of controlling host access to data. -Allows storage volumes to be dynamically re-allocated among host systems. -Must be implemented in upgradeable array firmware which: -Provides a single point of control for host access to volumes of storage. -Supports one-to-one and many-to-one configurations. -Requires no host-base software. 3. The SAN must provide extended checksum data with each sector to confirm thaterror-free dat a is returned to the host. 4. The SAN must contain a process that logs all write transactions to a nonvolatile log to ensure that all writes are completed even in the event of a power interruption. 5. Upon power interruption, the SAN must contain a feature that copies cache contents, including mirrored data and array error logs to a special dedicated hard disk drive mounted directly on each RAID controller. Upon power restoration, the cache contents are restored, incomplete writes are reconstructed and written to disk, and normal operation resumes even with a controller or drive failure. 6. The SAN must perform Data Consistency Checks. 7. The SAN must perform duplexed cache writes. This process writes incoming data into two separate caches simultaneously in one operation. It improves write cache operation by eliminating overhead. No write cache performance penalties can be experienced in active/active controller configurations. 8. The SAN must allow user configuration of the following items: -Array group width (number of drives in a group) up to 16. -Stripe depth selectable per array group. -Stripe depth from 1 to 96 blocks. -Stripe depth to match application I/O profiles for peak performance. -RAID level per array group. -Logical volumes (Up to 32). -Volume size selectable in blocks, megabytes or gigabytes. -Pooled hot spares. 9. The SAN must contain a dynamically adjusted write-gathering cache algorithm that allows the SNA to behave like a RAID 3 system when dictated by data or process type. (This is extremely important when doing database loads, database restores, or sequential writes.) 10. CIFS and NFS file services must be fully supported. 11. The network attached storage devices must integrate with the existing fast Ethernet and CDDI networking infrastructure. 12. The solution must include centralized monitoring and statistic retrieval software/hardware. 13. The backup solution must consist of a DLT7000 tape jukebox with a minimum of 4 drives expandable to 7 drives. The backup and restore software must be capable of execution on a Windows NT server with agents for Windows NT, UNIX, Oracle Database, and SQL Server. Data backups and restoration must be performed directly from the SAN via Fibre-channel and Ethernet. 14. Connection to the SAN from the various servers must be via Fibre-Chan nel switches. A total of 25 connections must be available. 15. Local and remote data replication must be available with centralized management. 16. Consulting services will be furnished for planning, design, training, installation, and custom-tailoring solutions. 17. All hardware and software components (both i.e. SAN, tape jukebox, and Fibre-Channel switches) must be integrated, certified, installed, and maintained by one vendor. 18. Any and all upgrades to the hardware components must provide reasonable investment protection of disk drive and cabinet configuration. Delivery: 30 days after receipt of order. FOB point: Destination. FAR provision 52.212-1, Instructions to Offerors -- Commercial applies. Offerorsmust include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS provision 252.212-7000, Offeror Representations and Certifications-Commercial Items, with the offer. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies also FAR 52.212-3 and FAR 52.212-4. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercia l Items, applies. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. If you have not obtained a copy of the full-text, Representation, Certifications or require statements and clauses in full text, contact the Contract Specialist in this notice or reference the Federal Acquisition Regulations at http://www.farsite.hill.af.mil. Interested parties have 15 days from date of this publication to submit bids. The anticipated award date is 20 days from the date of this notice. Electronic responses are allowed. FAX number 805-275-7808. EMAIL: michele.cameron@edward.af.mil. Posted 08/24/99 (D-SN371319). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0674 19990826\70-0027.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page