Flash Cache Card, Expansion Modules, Chassis and Cables
Solicitation number W8474-126247/A
Publication date
Closing date and time 2012/03/23 14:00 EDT
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: NetApp Canada, Ltd 100 Milverton Drive Suite 404 Mississauga Ontario Canada L5R4H1 Nature of Requirements: Nature of requirements PWGSC File Number: W8474-126247/A Contracting Officer: Jean Leclerc Telephone Number: 819-956-0973 Fax Number: 819-956-1156 Descriptive Title: Flash Cache Card, Expansion Modules, chassis and cables Proposed Contractor: NetApp Canada Ltd or its designated reseller An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified supplier. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, and then the contracting officer will proceed to a full tendering process. Public Works and Government Services Canada (PWSGC), on behalf of the Department of National Defence (DND), intends to enter into a contract with NetApp Canada Ltd or its designated reseller, for the supply, delivery and installation of 140 Flash Cache Cards for existing NetApp V3240 Controllers deployed across the Canadian Forces. DND also requires I/O slot expansion for 40 of their existing V3240 storage controllers to expand the number of PCI-E adapters. In order to fulfill this requirement, 80 Expansion Modules, 40 empty chassis and 160 cables are required. A 48-month 4-hour parts and labour on-site response warranty is required for all products. The products are for delivery to DND, Ottawa, Ontario, on or before March 31, 2012. Under the Government Contract Regulations 6.(d), the exception to soliciting bids is as follows: only one person or firm is capable of performing the contract. The following extracts from the trade agreements are applicable to this procurement: NAFTA Article 1016.2 (b) - where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. WTO-AGP Article XV (b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. AIT agreement (Chapter 5, Article 506 section 12) part b) is applicable). Background In March 2011, NetApp Canada Ltd. was awarded, via a competitive procurement process, a $20M Contract (Contract: W8474-115576/001/EJ) to supply the Department of National Defence (DND) a total of 120 storage controllers and associated hardware/software components. The NetApp Equipment and Software has been successfully delivered, staged and deployed and is playing a critical roll within DND's infrastructure. With continued growth and recognizing NetApp's solution and positive impact in not only being able to provide exactly what DND required, but offering efficiencies to reduce cost and curb future storage spend; DND is looking to purchase additional NetApp equipment to complement their existing deployed infrastructure. The Products in question are Flash Cache cards and expansion chassis' strictly for the aforementioned storage equipment already installed and or deployed. Maximum Budget/Total Estimated Cost (excluding GST/HST) $6,194,349.84 for 140 Flash Cache Cards including installation and 48-month 4-hour parts and labour on-site response warranty and support. $710,000.00 for 80 Expansion Modules, 40 chassis and 160 cables including installation and 48-month 4-hour parts and labour on-site response warranty and support. Justification Flash Cache Card NetApp Flash Cache, also known as a PAM card (Performance Acceleration Module), is an intelligent caching module for NetApp FAS family and V-Series storage systems. Flash Cache with 512GB of memory significantly improves performance and storage efficiency for application workloads that are random read intensive without adding more high-performance disk drives. In essence it is a large read cache built using flash-based memory technology. National Defence has made significant investments in virtualization and critical applications, and the Flash Cash cards will significantly reduce latency and improve throughput to data by a factor of 10. Midrange and high-end NetApp storage controllers can use one or more of these cards to cache data for very rapid access. The Data ONTAP storage operating system provides fully automatic, tunable control over the data that will be placed into the Flash Cache module. During the implementation and testing phase DND found that the Flash Cache Card from NetApp provided vast performance improvements and allowed DND to use SATA drives where normally FC or SAS were used. This reduced the power and cooling requirements and provided a better capacity per sq ft. DND now wishes to purchase these Flash Cache Cards for all the systems purchased from this previous RFP. Since NetApp was the previous winner of the RFP they are best suited to provide the Flash Cache Cards since they are OEM of the system that the cards are being purchased for. Any proposed equipment must be able to be physically installed in the NetApp V3240 Controller without compromising the functioning of the system. Input/Output Expansion Module (IOXM) and Chassis The IOXM module is a 1.5U unit. The IOXM can be integrated into a FAS3240 and FAS3270 model to create the Expanded I/O versions of those systems. The IOXM Module will allow DND to utilize more adapters within the NetApp 3240 controller and allow DND to fully utilize the existing system purchased from the RFP. NetApp is in the best position to supply expansion chassis and they are the original manufacturer of the NetApp V3240 controller. Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Leclerc, Jean
- Phone
- (819) 956-0973 ( )
- Fax
- (819) 956-1156
- Address
-
Computer Hardware Division
Div. de l'équipement informatique
Place du Portage, Phase III, 4C2
11 Laurier Street/11, rue LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.