REQUIREMENTS - Veterans Affairs



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010DOffice of Cyber Security (OCS) Additional High PerformanceShared StorageTAC-17-42786**REQUEST FOR INFORMATION (RFI) ONLY**07724VA118-17-N-198705-26-201799N541519Department of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724Monica GreenContract SpecialistMonica.Green@Monica.Green@Contract SpecialistOffice of Cyber Security (OCS) Additional High Performance Shared StorageThis is a request for information (RFI) only. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the paragraphs below. It is also requested that the vendor respond to the following questions:All vendors shall indicate their business size.All vendors shall indicate any Schedules held on General Services Administration(GSA) or Government-Wide Acquisition Contracts (GWAC) held on the NationalAeronautics and Space Administration (NASA) Solutions for Enterprise WideProcurement (SEWP) V to assist in determining acquisition strategy.Provide a brief summary of your technical approach for meeting the Product Description (PD) requirements for OCS Additional High Performance Shared Storage.Has the draft PD and any associated attachments provided sufficient detail to describe the technical and functional requirements that encompass the desired solution?______ YES ______ NO (if No, answer question c)If “NO”, please provide your technical and functional comments/recommendations on elements of the draft PD that may contribute to a more accurate quote submission and efficient, cost effective solution.Please indicate the likelihood of your company providing a Request for Quotation, should this effort be released on FBO, GSA, or NASA SEWP. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable.This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and Product Description. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI.Responses are due by 4:00PM EST, May 26, 2017.PRODUCT DESCRIPTIONREQUIREMENTSThe Office of Cyber Security (OCS) has an established Solid State Disk (SSD) Storage Area Network (SAN) platform in NSOC Hosted Services facilities located in Sterling, VA (Primary Site) and Chicago, IL (Secondary Site). The OCS SSD SAN platforms provide the architecture for the Enterprise Visibility and Vulnerability Management (EVVM) platform supporting the IBM BigFix and OCS Executive Dashboard which utilizes the IBM Cognos Business Intelligence Suite. OCS Platforms also host the Agiliance RiskVision GRC application. The current OCS SAN Platform configuration, comprised of SanDisk (now HGST) Fusion hardware, is not sufficient to meet the growing needs of the applications (IBM BigFix and OCS Executive Dashboard which utilizes the Cognos Business Intelligence Suite) being supported.??In order to?maintain the necessary performance that the application requires as well as to provide the appropriate redundancy and Disaster Recovery (DR) functionality, additional FusionIO and FusionION high speed shared storage is necessary to supplement the existing installation.???The intention of this purchase is to maximize the available high speed shared storage by adding FusionIO Solid State Disk (SSD) cards in the existing?FusionION?appliances and add FusionION appliances?in order to increase capacity and minimize impact to the current power utilization thresholds, maintain current levels performance at the lowest cost to VA.??This purchase shall optimize performance and redundancy for the current EVVM environment as well as increase the available storage and facilitate increased DR capabilities.?The Contractor shall deploy the SSD SAN Storage solution to two VA geographically dispersed locations (Primary and Secondary Sites) using HA architecture. The Contractor shall provide devices, software, licenses, subscriptions, installation services, deployment and configuration of SAN. The Contractor shall provide five years Next Business Day Warranty of the SAN Solution. The Contractor shall provide onsite installation services needed for the new equipment with the Cyber Security Hosted Services (CSHS) team in Sterling, VA (Primary) and Chicago, IL (Secondary) Site locations. The Contractor shall complete installation services within five business days from the delivery of the hardware and software per each location. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO).Upon successful completion of the installation services, the Contractor shall provide one (1) base year and four (4) option years of support for all the hardware and software delivered under this procurement to include Next Business Day (NBD) parts replacement for failed components of the existing and new SSD SAN solution. As a general requirement for all maintenance services required for all hardware equipment procured under this contract shall have five (5) year Next Business Day (NBD) replacement support. Software maintenance with 24x7 support is required. All software must include five (5) year subscription and support. Support and warranty costs should be priced with the base year equaling the price for initial purchase and four (4) option years. The base year pricing should be broken out into separate line items for the initial purchase of hardware equipment, software, software maintenance and support and professional services followed by a base year total. Each of the four (4) option years will include line items for software maintenance and support followed by a grand total.1.1 EVVM SAN Platform Upgrade Hardware and Software RequirementsThe current EVVM High Performance Shared Storage Platform consists of Eight?(8)?FusionION SSD SAN Appliance systems (Four (4) at the Primary location and Four (4) at the Secondary location). Each FusionION appliance has Four (4) FusionIO cards and four open slots. Each High Availability (HA) pair provides 25 Terabytes (TB) of useable storage capacity in FusionIO cards configured in a Redundant Array of Independent Disk (RAID 0)?configuration.? The two HA pairs currently provide a total useable capacity of 50TB at each Primary Site and Secondary Site.The Contractor shall provide the following SSD SAN Platform with listed capabilities:An additional fifty (50) TB (Useable with HA) of high speed shared storage in RAID 0 configuration at the Primary site and an additional fifty (50) TB (Useable with HA) of high speed shared storage in RAID 0 configuration at the Secondary site. This additional storage shall increase useable HA space from fifty (50) TB to one hundred (100) TB at the Primary site and fifty (50) to one hundred (100) TB at the Secondary site. The intention is to outfit the existing FusionION appliances with an additional four (4) FusionIO branded 6.4 TB SX300 cards which shall fill out the existing available slots in the existing FusionION appliances and double the useable capacity at each site and include the warranty/support for this upgrade. ReferenceTable 1SKUDescriptionQtySDIP25T6-H-064-U01ION SW 25.6TB HA Upgrade capacity 8x6.4TB4IP25T6H064U01G312ION 25.6TB HA Upgrade Gold NR 12 months4FACCMOS6T40SF1GNISX-GLD NR-1-6.55TB – 0 Year 5 months1SDSW-5IN-05-G0SNS, ION ACCELERATOR (PER TWO SOCKET HOST) – 0 Year 5 Months1SDSW-5IA-01-G001SNS, ION ACCELERATOR HIGH AVAILABILITY FEATURE – 0 Year 5 Months1IP51T2H064001G312Option Year 1 Support ION 51.2TB HA Bundle Gold NR 12 months4IP51T2H064001G312Option Year 2 Support ION 51.2TB HA Bundle Gold NR 12 months4IP51T2H064001G312Option Year 3 Support ION 51.2TB HA Bundle Gold NR 12 months4IP51T2H064001G312Option Year 4 Support ION 51.2TB HA Bundle Gold NR 12 months4The Contractor shall also implement two (2) additional FusionION brand high speed shared storage SSD SAN appliances to provide an additional fifty (50) TB of HA useable RAID 0 space at the Primary Site in Sterling, VA only that meet the following requirements: Shall have minimum of 50TB useable physical storage available in a RAID 0 configuration while running HA between the two proposed devices.System shall have write latency equal to or less than 80 microseconds.System shall have write bandwidth equal to or greater than 6 Gigabytes- per second (GBps).System shall provide greater than or equal to 1.1 million write Input / Output operations per Second (IOPs) Pre-Cached.System shall have disks with no moving parts.System shall support 8 links or greater of 16 Gigabits per second (Gbps) Fibre Channel connectivity per device. System shall have wear life equal to or greater than 40 Petabytes (PB) per device.System shall have built in capacitance to guarantee writes in the event of a power loss.System shall have the capability to VMotion Virtual Machines between the two (2) new devices and the eight (8) existing devices.System shall have the capability to storage VMotion between the two (2) new devices and the eight (8) existing devices.System shall have predictive failure capabilities with alerting capability.System shall have the ability to interface with VMWare V 5.5 and higher.System shall run on standard 110V power with standard L-Com National Electrical Manufacturers Association (L-NEMA) 5 power connectors.System shall reside on a three (3) U or smaller form factor for each device to facilitate rack space allocation. SKUDescriptionQtySNX-ION-SMI-M8FC-CION Accelerator Appliance - HA Cluster2x SuperMicro 6038R-TXR 3u Chassis4x Dual Port 16g FC HBA2x DP 40g IB HCA2x 3M IB Cable16x XS300-6400 Storage (51.2TB)2x ION Accelerator Software License with HA OptionIntegration Services1SNX-ION-M8-GNR1-C1yr Gold No Return SNS - 7x24 phone, Next Business Day Parts1IP51T2H064001G312Option Year 1 Support ION 51.2TB HA Bundle Gold NR 12 months1IP51T2H064001G312Option Year 2 Support ION 51.2TB HA Bundle Gold NR 12 months1IP51T2H064001G312Option Year 3 Support ION 51.2TB HA Bundle Gold NR 12 months1IP51T2H064001G312Option Year 4 Support ION 51.2TB HA Bundle Gold NR 12 months1Applicable ConditionsThe Contractor shall include all software licensing that requirement to maintain operable SAN Platform and all software licenses shall be owned by the VA upon installation. 1.2 Installation ServicesOnsite installation services shall be performed at the Primary and Secondary locations with members of the CSHS team onsite to assist. The Contractor shall provide full documentation of the install and configuration activities. The installation and configuration activities shall include:1.???Unboxing and installation of equipment in Sterling, VA and Chicago, IL.2.???Establishing connectivity between the VMWare hosts and the High speed shared storage solution.3.???Fiber channel zoning and fabric setup.4. Provide daily status report on daily call until installation is completeThe Contractor shall provide all power, network, and fiber cables to enable upgrades of existing servers and SANs and to support purchases of new equipment is required. Power in the Hosted Services racks is standard 110 V. Network cables are required to by the Hosted Services MOU to be SlimLine Part Number 6AS10-10X - Leviton Cat 6A Slimline Patch Cord, 10 foot long where X = W for White; L for Blue.Deliverable: Installation and Configuration DocumentationSECTION 508NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL ELECTRONIC AND INFORMATION TECHNOLOGY PROCUREMENTS On August 7, 1998, Section 508 of the Rehabilitation Act of 1973 was amended to require that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology, that they shall ensure it allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. Section 508 required the Architectural and Transportation Barriers Compliance Board (Access Board) to publish standards setting forth a definition of electronic and information technology and the technical and functional criteria for such technology to comply with Section 508. These standards have been developed and published with an effective date of December 21, 2000. Federal departments and agencies shall develop all Electronic and Information Technology requirements to comply with the standards found in 36 CFR 1194.Section 508 – Electronic and Information Technology (EIT) Standards: The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at: and . A printed copy of the standards will be supplied upon request. The Contractor shall comply with the technical standards as marked: FORMCHECKBOX § 1194.21 Software applications and operating systems FORMCHECKBOX § 1194.22 Web-based intranet and internet information and applications FORMCHECKBOX § 1194.23 Telecommunications products FORMCHECKBOX § 1194.24 Video and multimedia products FORMCHECKBOX § 1194.25 Self-contained, closed products FORMCHECKBOX § 1194.26 Desktop and portable computers FORMCHECKBOX § 1194.31 Functional Performance Criteria FORMCHECKBOX § 1194.41 Information, Documentation, and SupportEquivalent FacilitationAlternatively, offerors may propose products and services that provide equivalent facilitation, pursuant to Section 508, subpart A, §1194.5. Such offerors will be considered to have provided equivalent facilitation when the proposed deliverables result in substantially equivalent or greater access to and use of information for those with patibility with Assistive TechnologyThe Section 508 standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device. Section 508 requires that the EIT be compatible with such software and devices so that EIT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software.Acceptance and Acceptance TestingDeliverables resulting from this solicitation will be accepted based in part on satisfaction of the identified Section 508 standards’ requirements for accessibility and must include final test results demonstrating Section 508 compliance. Deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The Government reserves the right to independently test for 508 Compliance before delivery. The Contractor shall be able to demonstrate 508 Compliance upon delivery.Automated test tools and manual techniques are used in the VA Section 508 compliance assessment. Additional information concerning tools and resources can be found at : Final Section 508 Compliance Test ResultsINFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13514, “Federal Leadership in Environmental, Energy, and Economic Performance,” dated October 5, 2009; Executive Order 13423, “Strengthening Federal Environmental, Energy, and Transportation Management,” dated January 24, 2007; Executive Order 13221, “Energy-Efficient Standby Power Devices,” dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR?, FEMP designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall:Provide/use ENERGY STAR products, as specified at products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at femp.procurement. The Contractor shall use the low standby power products specified at . Provide/use EPEAT registered products as specified at . At a minimum, the Contractor shall acquire EPEAT? Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR, but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk DrivesImaging Equipment (Printers Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines)Televisions, Multimedia ProjectorsThis list is continually evolving, and as a result is not all-inclusive.SHIPMENT OF HARDWARE OR EQUIPMENTInspection: DestinationAcceptance: DestinationFree on Board (FOB): DestinationShip To and Mark For:Primary:Alternate:Name:Jesse DeckerName:Andrew RikartsAddress:(See Special Shipping InstructionsAddress:(See Special Shipping Instructions)Voice:W (304) 433-1668, C (304) 433-1668Voice:W (727) 498-9350, C (727) 641-4919Email:jesse.decker2@ Email:andrew.rikarts@ Special Shipping InstructionsAll hardware must first be brought by the vendor to: Department of Veterans Affairs/Attn: Demetrius Lowery/Ken Funk7100 Old Landover RoadBuilding CLandover, MD 20785 For inventory and barcoding and then delivered by the vendor to their final destinations:Primary Site Savvis (Contracted Facility Owner, Corporation Name)Department of Veterans Affairs/Attn: Jesse Decker/Aaron Sevier22810 International Drive, Sterling, VA 20166 Secondary SiteSavvis (Contracted Facility Owner, Corporation Name)Department of Veterans Affairs/Attn: Jesse Decker/Aaron Sevier350 E Cermak Rd 7th Floor Chicago, IL 60616Prior to shipping, the Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements. The Contractor cannot make any changes to the delivery schedule at the request of Site POC.Contractors must coordinate deliveries with Site POCs before shipment of equipment to ensure sites have adequate storage space.All shipments, either single or multiple container deliveries, shall bear the VA Purchase Order number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA PO number will indicate total number of containers for the complete shipment (ex. “Package 1 of 2”), clearly readable on manifests and external shipping labels.Packing Slips/Labels and Lists shall include the following:IFCAP PO # ____________ (e.g., 166-E11234. The IFCAP PO number is located in block #20 of the SF 1449.)Project Description: (e.g., Tier I Lifecycle Refresh)Total number of Containers:? Package ___ of ___.? (e.g., Package 1 of 3)INFORMATION SECURITY CONSIDERATIONS:The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required.POINT(S) OF CONTACT:VA Program ManagerName:Andrew RikartsAddress:11245 3rd St E, Treasure Island, FL 33706-4605Voice:W (727) 498-9350, C (727) 641-4919Email:andrew.rikarts@ Contracting OfficerName:Carol NewcombAddress:23 Christopher WayEatontown, NJ 07724Voice:732-795-1018Email:Carol.Newcomb@ Contracting Officer’s RepresentativeName:Tiajuana BrooksAddress:1100 1st Street, NE, Washington, DC, 20002 Voice:(202) 632-7381Email:tiajuana.brooks@ VA CSHS Technical LeadName:Jesse DeckerAddress:882 TJ Jackson Dr, Falling Waters, WV 25419Voice:W (304) 433-1668, C (304) 433-1668Email:jesse.decker2@ ................
................

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

Google Online Preview   Download