The RFP Database
New business relationships start here

Hyper-Converged Server Platform


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

PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - 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 government is not at this time seeking proposals and will not accept unsolicited proposals. Responders 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 party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS


The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) hyper-converged system of servers for virtualized environments. The servers are expected to consolidate compute and storage functions into a single platform, enabling application and virtualization workloads to be quickly deployed. The system needs to be easily expanded using node technology that can deliver linear and predictable scale-out expansion.


RESPONSES


Requested Information


Section 1 of the response shall provide administrative information, and shall include the following as a minimum:


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


• Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).


Section 2 of the response shall provide technical information, and shall include the following as a minimum:


• Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.


• Respondents should provide a detailed description of the following characteristics of their solution in their submission:


• Time to Production
• List of Certifications and Standards
• Support Configurations
• Features
 Form Factor (nodes)
 Random Access Memory (RAM) (bytes)
 Solid State Drives (SSD) (bytes)
 Hard Disk Drive (HHD) (bytes)
 Ethernet Ports (number & bytes)
 Dimensions (height x width x depth)
• Operations
 Data Storage Controller
 Drives (type and number)
 Software
 Rack space utilized to include amount needed for proper spacing
 BTUs needed for optimal life time extension of equipment
 Power draw of equipment in operational modes and states


• If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number, could be identified.


• The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.


• Respondents should include a list of authorized distributors.


ADDITIONAL INFORMATION


In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).


The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.


Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


HOW TO RESPOND


Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Technical Point of Contact, Christine Bridges at christina.bridges@navy.mil. The Contracting Officer, Eric Waterman, shall also be copied on email submissions at Eric.Waterman@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 10 June 2016, 5:00 P.M. EST.


Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


Eric L. Waterman, Contract Specialist, Phone (732) 323-2559, Email eric.waterman@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP