The RFP Database
New business relationships start here

Brand Name Tech Refresh


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION
NAVSUP FLC San Diego
Hardware and Software Refresh

1.0    Description

1.1 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) in support of Program Executive Office, Command, Control, Communications, Computers and Intelligence (PEO C4I), Battlespace Awareness and Information Operations Program Office (PMW 120) is seeking information on how an interested contractor could offer a working alternative solution than certain brand name hardware and software.


1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes b it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.
This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partybs expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be available through a strategic sourcing vehicle or NECO/FBO. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

2.0    Background

NAVSUP FLCSD plans to solicit for brand name Hardware (HW) and Software (SW).
These supplies are essential to meet the requirements for Fleet Numerical Meteorology and Oceanography Center (FNMOC) and Naval Oceanographic Officebs (NAVO) System Technology Refresh of their High-Performance Computing Centers (HPCC). The proposed contract action is planned to be conducted under the authority of 10 U.S.C. 2304(c)(1) Only One Responsible Source as implemented by FAR Subpart 6.302-1(c)-application for brand name descriptions.

a)    Cisco brand unique qualifications: Cisco is one of the Original Equipment Manufacturers (OEM) for the System Technology Refresh at both NAVO and FNMOC. In 2017, the Government conducted a Market Research Analysis in an effort to comply with all mandated cybersecurity requirements dictated by the Department of Defense (DoD).
These requirements are not optional in procurement of new equipment. In this study, vendors were evaluated against 19 technical cybersecurity requirements derived from the Security Technical Implementation Guide. The Government found that only Cisco met all of the Governmentbs requirements. The following are unique qualifications possessed by Cisco devices: Natively supports Terminal Access Controller Access System (TACAS)+ protocol to provide Authentication, Authorization, and Access (AAA) with role-based access to network devices; supports authorization for Public Key Infrastructure (PKI) based AAA to network devices; supports Extensible Authentication Protocol Transport Layer Security (EAP-TLS) for user and client authentication and provide access using both methods combined.
Cisco also supports a centralized deployment. HW validates authenticity and source of the installed SW image through cryptographic digital signature. Other contributing factors include: the U.S. Navy maintains an existing vendor maintenance support contract with Cisco through the Joint Enterprise License Agreement (JELA); no additional maintenance contracts are necessary as a result. NAVObs existing Cisco Access Control Servers (ACS) can be migrated to Cisco Identity Service Engine (ISE) through a Cisco migration promotion at a reduced cost to the Government. Additionally, NAVObs existing Cisco ACS configuration can be natively ported and migrated to Cisco ISE resulting in significant savings in manpower.

NAVO and FNMOC have made significant investments in Cisco equipment to support both the unclassified network and other classified networks located at both commands.
The Cisco HPCC network technical refresh is essential to all use, troubleshooting, integration, and maintenance of existing HPC clusters. The specified Cisco switches that make up the technical refresh are the only components that are technically acceptable for integration into complex network infrastructures at NAVO and FNMOC. If NAVO and FNMOC attempted to use non-Cisco components to perform the functions of these switches, the non-Cisco components would require that a full system accreditation be performed. This accreditation would not only delay the integration schedules, but also would cost the Government more than $100,000 in additional funding and place an excessive burden on NAVO and FNMOCbs manpower.
During this reaccreditation period, the inability to utilize this HW would result in a loss of functionality to the systems, resulting in the inability to ingest or distribute any of the critical unclassified information required by or produced from its Numerical Weather Prediction (NWP) models. As a result of these issues, any effort to utilize non-Cisco components would result in a duplication of cost to the Government that would not be recovered through open competition, as the existing functional routers would be required to be replaced in order to create a functioning router.

b)    Dell brand unique qualifications: Dell is the OEM for FNMOCbs HPCC System Technology Refresh. FNMOC currently maintains a $17+ million-dollar plus Dell installation; and all equipment recommended as part of this procurement must be fully compatible with this installation across unclassified and classified enclaves.
The Dell HPCC cluster technical refresh is essential to all users for troubleshooting, integration, and maintenance of FNMOCbs existing HPC clusters.

The specified Dell components and equipment that make up the technical refresh are the only components interoperable with the existing Dell components that make up the unclassified, classified, as well as the other HPCC clusters within FNMOCbs network. If FNMOC used non-Dell components or equipment to perform the computations required to support FNMOCbs NWP mission, the non-Dell components would not be able to interact with the existing Dell components that comprise the remainder of the systems within FNMOCbs networks. This is the result of, among many other factors, driver and firmware interaction of the software that is required to operate on these systems.
A program would not be capable of operating on the Dell and non-Dell equipment simultaneously, and as such, would defeat the purpose of the cluster computing architecture. This integration issue would result in a loss of functionality to FNMOCbs systems in its entirety. This procurement also supports the proprietary manufacturer specific management network of the existing Dell HPCC cluster. The Dell computer nodes, current and new, have proprietary Dell computer node management software installed, which allows the engineers to provide critical support to FNMOCbs systems across all the nodes in the same manner. The Dell management network and its software are proprietary to Dell, and as such, the addition of any non-Dell equipment would require the creation of a new secondary, software-based management network for the non-Dell equipment, resulting in duplication of cost to the Government.


Further, any implementation of non-Dell components within FNMOCbs network would require significant training to allow FNMOCbs system administrators and other Subject Matter Experts (SMEs) to become proficient in the support and proper operation of the new hardware, resulting in additional costs and potential schedule delays. Such a delay would disrupt the support and maintenance of the HPCC clusters and existing NWP models to create battlespace awareness products supporting the Warfighter.

c)    Mellanox brand unique qualifications: Mellanox is the OEM for FNMOCbs HPCC System Technology Refresh. FNMOC currently maintains a $1.7 million-dollar Mellanox installation, and all equipment recommended as part of this procurement must be fully compatible with installation across unclassified and classified enclaves.
The Mellanox HPCC switch technical refresh is essential to all use, troubleshooting, integration, and maintenance of FNMOCbs existing HPCC clusters.

If FNMOC used non-Mellanox components to create the network and interconnect required to transport and utilize data required for the NWP functions of the unclassified and classified HPCC clusters; there is a high probability that the non-Mellanox components would not be able to interact with the existing Mellanox switches that comprise the remainder of the system interconnects within FNMOCbs networks. This is a result of driver and firmware interaction of SW that is required to operate on these systems. The drivers required to operate the switches may not be capable of interfacing with the Mellanox switches that connect these devices to the remainder of the clusters.
This integration issue would result in the new equipment having zero functionality to FNMOCbs systems.

Based on the known interoperability between the Dell and Mellanox equipment, the addition of any non-Mellanox equipment would require the creation of a new secondary SW-based switching architecture for the non-Mellanox equipment, resulting in duplication of costs to the Government due to the additional hours to implement such an architecture, as well as the additional hours required for ongoing management and system administration.

Furthermore, implementation of non-Mellanox components within FNMOCbs network would require significant training to allow FNMOCbs system administrators and other SMEs to become proficient in the support and proper operation of the new HW, resulting in additional costs and potential schedule delays.
A delay will disrupt the support and maintenance of the HPCC clusters and existing NWP models to create battlespace awareness products in support of the Warfighter.





d)    VMWare brand unique qualifications: FNMOC has a requirement to upgrade and
improve the mandated Virtual Machine (VM) capability supporting the HPCC-based NWP mission across the unclassified, secret, and top-secret security domains. The VMware vSAN software is proprietary and can only be purchased from the OEM or an authorized reseller. Substantial technical research and system testing was conducted before initial selection of the installed VMware software. Command personnel are trained and have developed specialized expertise working with VMWare, which is currently integrated within its HPCC environment.
In accordance with DoN CIO guidance on server virtualization, FNMOC has made a substantial investment in VMware SW and personnel training to achieve the current state of operational capability and functionality. Alternative SW would require testing, certification, and evaluation before it could be installed within the existing architecture, followed by re-training of personnel and reaccreditation of the system. This would provide no demonstrable value, would cause unacceptable delays in sustaining and improving FNMOCbs critical operations, and result in substantial duplication of cost to the Government that would not be recovered through competition.

e)    SpectraLogic brand unique qualifications: The SpectraLogic portion of the POPS HPCC System Technology Refresh is essential for the continued use, troubleshooting, integration, and maintenance of FNMOCbs existing HPCC clusters and NWP models transitioned from Naval Research Laboratory (NRL).
SpectraLogic is the OEM of existing equipment and components used in the unclassified and secret enclavebs storage systems. The specified SpectraLogic drives and tapes that are part of the technical refresh are the only products that are interoperable with the existing SpectraLogic storage systems that are in use in both the unclassified and secret storage systems. If FNMOC attempted to use non-SpecrtaLogic components to perform the data archival and storage function of the existing storage drives, the non-SpectraLogic components would not be able to physically connect with the existing SpectaLogic Storage Controllers. Additionally, any attempt to incorporate non-SpectraLogic components would compromise the support and warranty of the existing storage systems, thus requiring them to be removed from their respective networks.
This integration issue would result in a loss of functionality to FNMOCbs systems, along with losing the ability to archive and store critical data. Any effort to utilize non-SpectraLogic components would result in a duplication of cost to the Government that would not be recovered through full and open competition, as the existing functional storage systems would be required to be replaced to create a functioning storage unit.

Any implantation of non-SpectraLogic components within FNMOCbs network would require significant training to allow FNMOCbs system administrators and other SMEs to become proficient in the support and proper operation of the new hardware, resulting in additional costs and schedule delays.
A delay will disrupt the support and maintenance of the HPC clusters and existing NWP models to create battlespace awareness products in support of the Warfighter.

3.0    Requested Information

NAVSUP FLCSD is requesting alternative solutions to the brand name solutions listed in Section 2.0 of this RFI. Alternative solutions must describe why those solutions are viable considering the information found in Section 2.0 of this RFI.

4.0 Responses

4.1 Interested parties are requested to respond to this RFI with a white paper.

4.2 White papers in Microsoft Word for Office 2016 or Adobe Reader compatible format are 18 July 2018 at 1400 PT. Responses shall be limited to 10 pages for Section 2 and submitted via e-mail only to alan.gonzales@navy.mil.
Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:

4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.

4.3.2. Recommended contracting strategy.

4.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code varie.
bSmall business concernb means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than (varies) million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52.
Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.

The number of pages in Section 1 of the white paper shall not be included in the 10-page limitation, i.e., the 10-page limitation applies only to Section 2 of the white paper.

4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages.

5.0 Industry Discussions

NAVSUP FLC San Diego does not intend to hold industry discussions at this time.

6.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address.
Verbal questions will NOT be accepted. Questions will be answered by posting answers to the NECO website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 16 July 2018 will be answered.


7.0 Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide specific hardware and software alternatives. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.
All submissions become Government property and will not be returned.

Alan M. Gonzales, Contracting Officer

Email the Negotiator

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP