Under this Request for Information,the Space and Naval Warfare Systems
Center Charleston (SPAWARSYSCEN
Charleston) is soliciting information
regarding industry capabilities for a
data mass storage solution for the
Tactical Mobile (TacMobile) program
and a Rough Order of Magnitude
(ROM) cost estimate. The objective for
obtaining this information is to write a
comprehensive performance
specification for the purchase of these
systems.
The TacMobile program consists of
several expeditionary platforms that
are highly mobile where small size, low
weight, and modularity are critical
factors for each of the platforms. The
TacMobile platforms will be retrieving a
large amount of data from the sensor
platforms it supports and will be storing
and processing this data. The key
requirements that are critical for the
TacMobile platforms include, but are
not limited to:
Shall use 120V 60Hz power. Support
for 240V 50Hz is a plus
Shall have the capability and
scalability to store between 20TB and
500TB of data
Shall have the capability and
modularity to be transportable in
transit cases such that the weight limit
allows a 2 man lift
Shall be mountable in standard 19
racks
Shall have a transport mechanism
that allows timely throughput of data to
and from the mass storage device
Shall use industry standard (non-
proprietary) equipment and interfaces
Shall have the capability to operate
and be sustained in other than
optimum/lab environments
Shall use storage media that are
removable/front-loaded with no tools
required.
Shall support hot-swappable disk
drives
Shall support hot-swappable power
supplies and cooling fans
Shall support dual redundant power
supplies
Shall support Redundant Array of
Inexpensive Disks (RAID) level 5
The NAICS code is 334112 with a size
standard of 1000 employees. NOTE:
This notice is for planning purposes
only. Responses must include the
following: (1) name and address of
firm; (2) size of business, including:
average annual revenue for past three
years and number of employees; (3)
ownership (including Country of
Ownership), indicating whether: Large,
Small, Small Disadvantaged, 8(a),
Women-Owned, HUBZone, Veteran-
Owned and/or Service-Disabled-
Veteran-Owned Business, and Central
Contractor Registration (CCR)
information; (4) number of years in
business; (5) two points of contact,
including: name, title, phone, fax, and
e-mail address; (6) DUNS Number; (7)
affiliate information: parent
corporation, joint venture partners,
potential teaming partners, prime
contractor (if potential subcontractor) or
subcontractors (if potential prime); (8)
Product literature in PDF format that
identifies the ability to meet the
requirements listed above or identify
proposed unit that meets all
requirements listed above. Responses
shall be submitted via e-mail to
SPAWARSYSCEN Charleston, Joanne
Banks, Contract Negotiator, at
[email protected]. Technical
questions about the Internet web site
are to be directed to Ms. Janet Stone
at (843) 218-5906. All other questions
and comments are to be directed to
Joanne Banks at telephone (843) 218-
5953; fax (843) 218-5947; or e-mail
address
[email protected].
(THIS MARKET RESEARCH IS FOR
INFORMATION AND PLANNING
PURPOSES ONLY AND IS NOT TO BE
CONSTRUED AS A COMMITMENT BY THE
GOVERNMENT. THIS IS NOT A
SOLICITATION ANNOUNCEMENT FOR
PROPOSALS AND NO CONTRACT WILL
BE AWARDED FROM THIS
ANNOUNCEMENT. NO REIMBURSEMENT
WILL BE MADE FOR ANY COSTS
ASSOCIATED WITH PROVIDING
INFORMATION IN RESPONSE TO THIS
ANNOUNCEMENT, OR ANY FOLLOW-UP
INFORMATION REQUESTS.
RESPONDENTS WILL NOT BE NOTIFIED
OF THE RESULTS OF THE EVALUATION.
THE GOVERNMENT RESERVES THE
RIGHT TO CONSIDER A SMALL
BUSINESS SET-ASIDE OR 8(A) SET-
ASIDE BASED ON RESPONSES HERETO.
This market survey closes on 15 days
after issuance.
Bid Protests Not Available