Inactive
Notice ID:N6861019RC39005
Sources Sought The requirement is for firm fixed price equipment buy. One (1) Stonefly Storage Area Network (SAN) and one (1) Stonefly Integrated Storage Concentrator for the Naval Expeditionary Medic...
Sources Sought The requirement is for firm fixed price equipment buy. One (1) Stonefly Storage Area Network (SAN) and one (1) Stonefly Integrated Storage Concentrator for the Naval Expeditionary Medical Support Command (NEMSCOM), Williamsburg VA. The vendor shall provide on-site installation, initial remote configurations, training, system upgrade, and seamless data migration from existing StoneFly SAN appliance. Seamless data transfer from: Stonefly part number: ISC8055100r SF7X-LIC-HOST-SC ISC8055SuBCare1000 SVC-ONST-INST (installation services) Going To: QTY Part# Description Primary Appliance 1 StoneFly Voyager DX Cluster SAN Appliance, Includes: i9004i-D Voyager DX Cluster SAN Appliance, Dual 1U SFY-12HRB-12GS StoneFly 12 Bay 2U High IOPs High-Availability RAID Expansion A.nay, 12Gb SAS SFY-12GS-A-10TB (5) x 10TB Enterprise 12Gb SAS 3.5" Drive Pack SF8X-ASYNCH-SCD Upgrade HA to Support Asynchronous Replication Secondary Appliance 1 StoneFly Integrated Storage Concentrator, Includes: ISC1208S ISC-1208S 12GS-Class SAN Appliance, 2U, Supp01is up to 12 Drives 3.5") SFY-12GS-A-10TB (5) x 10TB Enterprise 12Gb SAS 3.5" Drive Pack SF8X-ASYNCH-SC Upgrade ISC to Supp01i Asynchronous Replication 1 SRV-ONST-INST On-Site Installation (Per Diem, N01ih America Travel Only), Initial Remote Configuration, Training, System Upgrade, and Data Migration from Existing StoneFly SAN Appliance Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334112. This Sources Sought is not a request for competitive proposals and no competitive solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data and pricing information in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Jan Harding at jan.t.harding.civ@mail.mil. Closing date for information is no later than 11:00 AM EDST on 24 May 2019. No phone calls will be accepted.