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