Memorandum for General RFP Configuration



Memorandum for General RFP Configuration

To: Vendor with current valid proposal for General RFP #34663466 for Computer Hardware and Software

From: David L. Litchliter

CC: ITS Project File Number 36670ITS Project File Number 36670

Date: Thursday, September 21, 2006

Subject: Letter of Configuration (LOC) Number 3667036670 for a UPS and related equipmenta UPS and related equipment for the Mississippi Division of MedicaidMississippi Division of Medicaid DOM(DOM)

Contact Name: Melinda SimmonsMelinda Simmons

Contact Phone Number: 601-359-95359535

Contact E-mail Address: Melinda.SimmonsMelinda.Simmons@its.state.ms.us

The Mississippi Department of Information Technology Services (ITS) is seeking the hardware and services described below on behalf of the Mississippi Division of Medicaid (DOM). Our records indicate that your company currently has a valid proposal on file at ITS in response to General RFP #3466 for Computer Hardware and Software. Our preliminary review of this proposal indicates that your company offers products, software, and/or services that may meet the requirements of this project; therefore, we are requesting your configuration assistance for the components described below.

1. GENERAL LOC INSTRUCTIONS

1. Beginning with Item 4.1, label and respond to each outline point as it is labeled in the LOC.

2. The Vendor must respond with “ACKNOWLEDGED,” “WILL COMPLY,” or “AGREED” to each point in the LOC including the attached Standard Purchase Agreement.

3. If the Vendor cannot respond with “ACKNOWLEDGED,” “WILL COMPLY,” or “AGREED,” then the Vendor must respond with “EXCEPTION.” (See attached instructions regarding Vendor exceptions.)

4. Where an outline point asks a question or requests information, the Vendor must respond with the specific answer or information requested.

5. In addition to the above, Vendor must provide explicit details as to the manner and degree to which the proposal meets or exceeds each specification.

2. GENERAL OVERVIEW AND BACKGROUND

The State of Mississippi Division of Medicaid is seeking an Enterprise UPS/PDU Power solution to manage and distribute power to its new datacenter that will be located in the Sillers building at 500 High Street, Jackson, Mississippi. The tables below show the servers, network equipment, and the power requirements of the current DOM equipment.

|Division of Medicaid - Server Room Configuration |

|Quantity |Model # of Server |# of Power Supplies Installed |Wattage |Amps |BTU/hr |

|7 |DL 380 G1 |1 |408 |583 |1393 |

|12 |DL 380 G2 |1 |408 |583 |1393 |

|11 |DL 380 G3 |1 |408 |583 |1393 |

|6 |DL 580 G2 |2 |824 |1177 |2814 |

|2 |DL 580 G3 |1 |900 |1285 |3074 |

|1 |Mgmt Appl II |2 |400 |  |  |

|9 |Storageworks and Smart Arrays |2 |1,196 |1708 |4085 |

|2 |CiscoCatalyst 6500 |2 |3,000 |16 |12046 |

|2 |Cisco PIX 525 |1 |525 |5 |  |

|1 |Cisco AS5300 |1 |350 |4 |  |

|1 |Cisco VPN3000 |1 |35 |2.5 |119.5 |

|2 |Raritan Switches |1 |0.6 |200-240 |  |

|2 |SANSwitch |2 |100 |53,707.10 |  |

|1 |Nortel Router |1 |100 |143 |342 |

|1 |Cisco Probe |1 |4.9 |100-240 |  |

|1 |Tape Library |2 |440 |200-240 |  |

|1 |Virtual Library |1 |24 |200-240 |  |

| | |Total Watts |40,175 |  |  |

| | | | | | |

|Note: Quantity times Wattage then Sum of Wattage = 40,175 |

|Electrical Power Requirements |

|Equipment |Input Power Requirement |NEMA Connector Type |

|Blade Enclosures |Single Phase 208 |Quantity of 4 - L6-30 |

|SAN |Single Phase 208 |Quantity of 2 - L6-30 |

|Cisco Core Switch |Single Phase 208 |Quantity of 4 - 620 |

|Servers |110 – 120V | |

|Communications |110 – 120V | |

3. PROCUREMENT PROJECT SCHEDULE

|Task |Date |

|Mandatory Vendor Site Visit |Thursday, September 21, 2006 |

|Release of LOC |Thursday, September 21, 2006 |

|Deadline for Vendors’ Written Questions |Thursday, September 28, 2006Thursday, September 28, 2006 |

|Addendum with Vendors’ Questions and Answers |Thursday, October 5, 2006 |

|Proposals Due |Friday, October 13, 2006Friday, October 13, 2006 |

|Proposal Evaluation |Monday, October 16 – Friday, October 20, 2006 |

|Notification of Award |Monday, October 23, 2006 |

|Contract Negotiations |Monday, October 23 – Monday, November 6, 2006 |

|Installation of Equipment |Monday, December 4 – Wednesday, December 6, 2006 |

|Product Acceptance |Friday, December 29, 2006 |

4. STATEMENTS OF UNDERSTANDING

1. The Vendor must provide pricing for all hardware, maintenance, and support for the proposed solution.

2. Proposed equipment must be new from the manufacturer and qualify for warranty and maintenance services.

3. Vendor must be aware that ITS reserves the right to make additional purchases at the proposed prices for a six (6) month period.

4. Vendor must be aware that the specifications detailed below are minimum requirements. Should Vendor choose to exceed the requirements, Vendor must indicate in what manner the requirements are exceeded.

5. The winning vendor must be aware that the hardware and software must be shipped to DOM on or before Monday, December 4, 2006.

6. If any component necessary for operation of the requested systems is omitted from Vendor’s proposal, Vendor must be willing to provide that component at no additional cost. This includes, but is not limited to, all cabling, connectors, interfaces, and programming of the system, to render the configuration fully operational.

5. FUNCTIONAL/TECHNICAL SPECIFICATIONS

1. The Uninterruptible Power Supply (UPS) shall utilize an N+1 redundant, scalable array architecture. The system power train shall be comprised of hot swappable/user replaceable 10kW/10kVA power modules, which shall operate in parallel, and be configured for N+1 redundant operation at rated load. Each 10kVA/10kW power module shall contain a full rated input converter (input rectifier/boost converter), full rated output inverter, and 10% battery charging circuit.

2. The system shall also be comprised of a user-replaceable continuous duty bypass static switch module, hot swappable/user replaceable battery modules, redundant control modules, redundant logic power supplies, and LCD interface display. System static switch shall be capable of being fed from the same input as the rectifier or a separate input.

3. The UPS will be housed in standard, 24-inch wide, 36-inch deep, 42U high equipment racks.

4. The UPS and associated equipment shall operate in conjunction with a primary power supply and an output distribution system to provide quality uninterrupted power and distribution for mission critical, electronic equipment load. The entire system shall bear the UL60950 listing as a complete product solution.

5. The proposed equipment must comply with the following standards:

1. UL 1778 - Uninterruptible Power Supply Equipment

2. UL 891 - Dead-Front Switchboards

3. UL60950 - Information Technology Equipment

4. IEEE 519-1992 Standard Practices and Requirements for Harmonic Control in Electrical Power Systems

5. ISO 9001

6. ISO 14001

6. The UPS configuration shall also be designed in accordance with publications from the following organizations and committees:

1. NFPA- National Fire Protection Associations

2. NEMA - National Electrical Manufacturers Association

3. OSHA - Occupational Safety and Health Administration

7. UPS Modes Of Operation

1. Normal: The input converter and output inverter shall operate in an on-line manner to continuously regulate power to the critical load. The input and output converters shall be capable of full battery recharge while simultaneously providing regulated power to the load for all line and load conditions within the range of the UPS specifications.

2. Battery: Upon failure of the AC input source, the critical load shall continue being supplied by the output inverter, which shall derive its power from the battery system. There shall be no interruption in power to the critical load during both transfers to battery operation and retransfers from battery to normal operation.

3. Recharge: Upon restoration of the AC input source, the input converter and output inverter shall simultaneously recharge the battery and provide regulated power to the critical load.

4. Static Bypass: The static bypass shall be used to provide transfer of critical load from the inverter output to the bypass source. This transfer, along with its retransfer, shall take place with no power interruption to the critical load. In the event of an emergency, this transfer shall be an automatic function.

5. Maintenance Bypass: The system shall be equipped with an external make-before-break Maintenance Bypass Cabinet (MBC) to electrically isolate the UPS during routine maintenance and service of the UPS. The MBC shall completely isolate both the UPS input and output connections.

6. SYSTEM CHARACTERISTICS

1. The UPS battery shall be sized for 1 at a Power Factor of 100% for 30 minutes.

2. The UPS shall be sized for 60 kVA and 60 kW load.

3. The system shall be rated for full kW output in the 80 kVA/kW frame size (can be configured with up to nine 10kW power modules for N+1).

4. Input:

1. AC Input Nominal Voltage: 208 V, 3 Phase, 4 wire, 60 Hz

2. AC Input Voltage Window: +/- 15% of nominal (while providing nominal charging to the battery system)

3. Short Circuit Withstand Rating: 30,000 Symmetrical Amperes

4. Maximum Frequency Range: 40-70Hz

5. Input Power Factor:

1. Minimum .99 lagging at 50% load

2. Minimum .99 lagging at 100% load

6. Input Current Distortion with no additional filters:

1. < 6% at 100% load

2. < 6% at 50% load

5. Output:

1. AC Output Nominal Output: 208V, 3 Phase, 4 wire, 60 Hz

2. AC Output Voltage Distortion: Max. 3% @ 100% Linear Load

3. AC Output Voltage Regulation: +/- 1% For 100 % Linear or Nonlinear Load

4. Voltage Transient Response: +/- 5% maximum for 100% load step

5. Voltage Transient Recovery within ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download