Memorandum for General RFP Configuration

To: Vendors with a current valid proposal for RFP #3364 for Mainframe/MidRange Components and / or RFP #3361 for LAN/UNIX Hardware/Software

From: David L. Litchliter

Date: May 28, 2004

Project Number: 35040

Contact Name: Aaron Van Hoff

Contact Phone Number: 601-359-9608

Contact E-mail Address:

7

The Mississippi Department of Information Technology Services (ITS) is seeking the hardware described below for purchase by ITS as part of project# 35040. Our records indicate that your company currently has a valid proposal on file at ITS in response to RFP# 3364 for Mainframe/MidRange Components and/or RFP #3361 for LAN/UNIX Hardware/Software. We are requesting your configuration assistance for the information described below. Due to the extremely competitive pricing of storage components and to insure that every necessary component is included in each vendor’s proposal, we are asking that you submit a written response for the requested equipment and/or services.

1. BACKGROUND

The Data Services Division (DSD) of ITS is requesting an EMC Clariion CX500 storage system OR EQUIVALENT with approximately 6TB of usable storage capacity with hot, spare drives. According to ITS research using Gartner literature and publications, the Hitachi Data Systems (HDS) Thunder 9570V and the IBM FAStT700 are direct competitors to the EMC CX500 and can be considered equivalent for this LOC. If a Vendor has any questions related to an equivalent system, please use Gartner Research resources (http://www3.gartner.com) as a guide for system technical comparisons to the EMC Clariion CX500. Other systems will be considered if deemed to be equivalent based on Gartner Research recommendations. Vendors may propose equipment that exceeds the capabilities of the CX500 and will be considered if price/performance benefits can be determined by ITS.

In 2001, DSD acquired an EMC Symmetrix 4.8 Enterprise Storage System. Currently, this EMC system is ESCON attached to two (2) mainframes, SCSI attached to four (4) State portal processors, and SAN attached to four (4) Phoenix servers. DSD upgraded this EMC system in 2003 to add needed storage and, at that time, installed a SAN with the EMC Symmetrix as the first storage device on the SAN.

The Clariion will be connected to the current SAN environment consisting of two (2) Connectrix 24 port switches (8 ports active on each switch) and the Symmetrix 4.8 ESS. The drives can be either fibre drives or ATA drives, but the total ATA drive configuration should not exceed 2TB. The storage will be attached through two (2) Connectrix SAN switches that will require 8-port upgrades on both switches. (Separate 8-port switches can be proposed, but the switches must coexist in the same SAN environment). The hosts to be connected are as follows:

1)  Two (2) IBM BladeCenters with Dual Fibre Connections

2)  Two (2) IBM 7026 pSeries 640-B80 with Fibre HBAs (both connected to SAN now with single HBA)

3)  Two (2) IBM 7026 pSeries 660-6H1 with Single Fibre HBAs (both are currently connected to the SAN)

4)  Three (3) IBM 7026 pSeries 640-B80 with Single Fibre HBAs (currently SCSI connected to the Symmetrix system)

5)  One (1) IBM xSeries 440 with Single Fibre HBA

6)  Two (2) Sun Sparc IP attached for NAS Storage

As to avoid interoperability issues and to accommodate DSD’s client’s current and future storage needs, ITS has specified EMC as the manufacturer for this storage solution. However, another manufacturer will be considered if the vendor can assure DSD that the interoperability between the existing systems and the proposed system will be seamless. Vendor should propose any and all equipment necessary to mitigate any interoperability problems.

2. EQUIPMENT SPECIFICATIONS

2.1  Please provide pricing for the EMC equipment listed below. Vendors may propose new or certified used equipment. The equipment listed below was provided by EMC and is only an example of the necessary product numbers. It is not intended to be a complete list nor is it guaranteed to include every necessary item.

2.2  Vendors must propose a solution that will work in the environment described in this LOC and be fully functional according to the specifications herein.

2.3  All software included in the list should be considered optional unless it is needed to operate the system when installed. The optional software should be noted and priced as an option.

2.4  Also, vendor must be aware that the specifications detailed below are minimum requirements. Should the vendor choose to propose equipment that exceeds the requirements, it is the vendor’s responsibility to specify in what manner the proposed equipment exceeds the requirements.

2.5  The specifications below are for an EMC solution; however, vendors may propose a comparable solution from a different manufacturer with a detailed, point-by-point explanation of how the proposed solution meets or exceeds the specifications below.

2.6  ITS does not guarantee that the following Product Numbers are correct. The vendor must ensure that the correct items are being specified.

Product Number / Product Description / Qty
EMC Equipment
NW-CX500-FD / 3U DPE, HA, W/SPS, FIELD / 1
RACK-40U / EMPTY 40U CABINET / 1
NW-2GDAE-FD / DAE 2Gb EXP ENC-FLD INSTALL / 4
NW-ATADAE-FD / DAE 2Gb EXP ENC-FLD INSTALL / 1
NW-2G10-146 / CHV 146GB 10K 520BPS 12V 2Gb (RAID-5(13+1)) / 14
NW-2G10-146 / CHV 146GB 10K 520BPS 12V 2Gb Hot Spare / 3
NW-2G10-73 / CHV 73GB 10K 520BPS 12V 2Gb (RAID-5 (3+1)) / 4
NW-2G10-73 / CHV 73GB 10K 520BPS 12V 2Gb (RAID-5 (14+1)) / 45
NW-AT05-250 / 250 GB 5400 RPM Drive (RAID-5 (6+1)) / 7
NW-AT05-250 / 250 GB 5400 RPM Drive Hot Spare / 1
NW200-FD / NW200 SERVER / 1
CX-PW40U-US / 40U RACK POWER CORDS-US / 1
NAV-DPKIT / Nav Department Kit / 1
PP-WN-KIT / POWERPATH WINDOWS KIT / 1
NAV500-DP / NAV500-DP Naviphere Department / 1
PS-BAS-4HRPM / COMMECIAL PMGMT 4HRS QS / 1
NASHDWPP / PREPAID NAS HDW / 1
NASSFTPP / PREPAID NAS SFT / 1
FM-LL10MD / FM-LL10MD (10m Optical Cable)(LC-LC) / 12
PP-UX-KIT / POWERPATH UNIX KIT / 1
SV500-KIT / Snap View CX500 Kit / 1
C-MODEM-US / External modem, cable, Powertools / 1
PP-AIX-DP / PPATH AIX DEP / 2
SV500 / SNAPVIEW / 1
UTIL-AIX / AIX S/W Utilities / 4
UTIL-WIN / WIN S/W Utilities / 2
PS-BAS-PP1 / POWERPATH 1HOST QS / 2
PS-BAS-SPV / SNAPVIEW INSTALL QS / 1
DS-24-KT8 / 8PORT FLEXPORT EXPANSION / 1

2.6  Based on preliminary planning that DSD has conducted with EMC, the above equipment list was based on the following configuration.

2.6.1  The dual attached pSeries B80s will be running high I/O DB2 processes.

2.6.2  The other pSeries are running WebSphere Application Server.

2.6.3  The two pSeries B80 with dual HBAs will require Powerpath software.

2.6.4  The BladeCenter and xSeries 440 host various Microsoft Windows operating systems running Lotus Notes, SQL Server, CA UniCenter products, Web Servers, etc.

2.6.5  For the NAS storage, a NAS gateway will be required. All cables and any other necessary software must be included.

2.7  The current DSD configuration has a requirement for NAS storage for connecting Sun Solaris platforms. Vendors must propose a NAS gateway with features that will allow scalability for future NAS projects.

3. INSTALLATION REQUIREMENTS

3.1  The vendor must assume complete responsibility as prime contractor for all installation requirements. ITS will not contract with outside agents or suppliers to provide the additional services required to install or make operational any equipment sated in the proposal.

3.2  It is required that manufacturer technicians perform the installation of the equipment.

3.3  Upon installation, the vendor must provide adequate testing to ensure that the equipment is fully operational and performing properly.

3.4  All of the equipment procured with this project will be maintained by OEM of the equipment. Any used hardware must be certified by like OEM for maintenance.

3.5  Vendor must provide at least three (3) references. ITS prefers that references be from completed and/or substantially completed jobs that closely match this request. Reference information must include, at a minimum,

3.5.1  Entity

3.5.2  Supervisor’s Name

3.5.3  Supervisor’s Telephone Number

3.5.4  Supervisor’s Email Address

3.5.5  Length of Project

3.5.6  Brief Description of the Project

3.6  References that are no longer in business cannot be used. Inability to reach the reference will result in that reference deemed non-responsive.

3.7  Vendors receiving negative references may be eliminated from further consideration.

4.  WARRANTY / MAINTENANCE REQUIREMENTS

4.1  If proposing an EMC solution, the vendor must provide proof that they are an official EMC reseller and that the equipment provided is directly acquired from EMC, in order to guarantee that the proposed equipment falls under the current factory EMC warranty.

4.2  If the vendor is proposing equipment from a different manufacturer, the vendor must provide proof that they are an official reseller of that manufacturer and that the equipment provided is directly acquired from the same.

4.3  Vendor must state the warranty period for each item proposed, during which time maintenance need not be paid. Warranty must cover, at minimum, onsite prime-shift hours (8 A.M. to 5 P.M., Monday through Friday). Vendor must describe the details of the warranty.

4.4  Vendors are required to propose three (3) years onsite prime-shift hours (8 A.M. to 5 P.M., Monday through Friday) maintenance as offered by EMC (or OEM).

4.5  Vendor must state a fixed price or the percentage increase, if any, of Vendor's proposed pricing for maintenance in years four and five. Vendor must agree that in no event shall annual increases exceed the lesser of five percent (5%) or the percent of increase in the Consumer Price Index, All Urban Consumers US City Average (C.P.I.-U) for the preceding state fiscal year. The State reserves the right not to renew maintenance for years four and five with the vendor.

5. ADDITIONAL REQUIREMENTS

5.1  Vendor must specify the delivery interval proposed by his/her company and be willing to commit to an agreed upon delivery date.

5.2  Vendor must specify the discounted price for each item. Freight is FOB destination. No itemized shipping charges will be accepted.

5.3  If any component necessary for operation of the requested systems is omitted from vendor’s proposal, vendor must be willing to provide that component at no additional cost. This includes, but is not limited to, all connectors and interfaces to render the configuration fully operational.

5.4  Vendor must provide all technical specifications and manuals (documentation) at the point of sale.

5.5  If vendor proposes more than one alternative or configuration, (no more than two) vendor is responsible for identifying which alternative he/she believes is the best fit to meet the requirements.

5.5.1  Vendor must provide separate, itemized pricing in the attached Cost Information Summary Form for each alternative proposed.

5.6  ITS will require a contract with the winning Vendor. The Vendors responding to this LOC must be willing to negotiate, in good faith, such a contract. If the winning Vendor has a Master Agreement with ITS, it may not be necessary to negotiate a separate contract. A sample Purchase Agreement is attached for review. The winning Vendor must be willing to sign the attached Purchase Agreement within 15 working days of the notice of award. If the Purchase Agreement is not executed within the 15 working day period, ITS reserves the right to negotiate with the next lowest and best vendor in the evaluation.

5.7  Vendor must provide the State of incorporation of the Company, and a name, title, and address for the “Notice” article of the Purchase Agreement.

6. ADDED VALUE

ITS is requesting the vendors to propose any additional value-added features, products and/or services that may distinguish your company and its offering from the group, and facilitate our selection process of the lowest and best proposals. ITS will make the sole assessment of the relative merits of each added-value proposal to the agency.

7. SCORING METHODOLOGY

ITS will use the following items to score proposals received:

7.1  Cost

7.2  Exceeds Minimum Technical Specifications

7.3  Exceeds Warranty Specifications

7.4  References

7.5  Value-Add

8. INSTRUCTIONS TO SUBMIT PRODUCT AND COST INFORMATION

8.1  Vendors must provide a fixed price for the equipment requested.

8.2  Vendor must provide a total project cost, which includes all itemized costs.

8.3  Please use the attached cost information summary form to provide cost. Follow the instructions on the form. Incomplete forms will not be processed.

8.4  Specify annual cost, if any, on the attached CP-6: RFP Information Form.

9. PROPOSAL REQUIREMENTS

9.1  Where an outline point asks a question or requests information, vendor must respond with the specific answer or information requested. Failure to provide this information may result in vendor’s proposal being eliminated from further consideration.

9.2  Vendor must deliver this quotation to Aaron Van Hoff at ITS by Friday, June 11, 2004, at 3:00 P.M. Quotations may be delivered by hand, via mail or by fax. Fax number is (601) 354-6016. ITS WILL NOT BE RESPONSIBLE FOR DELAYS IN THE DELIVERY OF QUOTES. It is solely the responsibility of the vendor that quotes reach ITS on time. Vendors should contact Aaron Van Hoff to verify the receipt of their quotes. Quotes received after the deadline will be rejected.

If you have any questions concerning this request, please email Aaron Van Hoff of ITS at . Any questions concerning the specifications detailed in this LOC must be received by Friday, June 4, 2004, by 3:00 P.M. (Central Time).

Enclosures: Cost Information Summary Form

Sample Purchase Agreement

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361 or # 3364 for Project # 33245 using the following format.

Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Aaron Van Hoff RFP# 3361 / 3364

Company Name: XYZ Company Date: MM/DD/YYYY

Contact Name / email: Your Name / email Phone Number: 601-555-3333

Item # / Product Number / Product Description / Qty / Unit Price / Extended Price
EMC Equipment
2.1 / NW-CX500-FD / 3U DPE, HA, W/SPS, FIELD / 1
2.2 / RACK-40U / EMPTY 40U CABINET / 1
2.3 / NW-2GDAE-FD / DAE 2Gb EXP ENC-FLD INSTALL / 4
2.4 / NW-ATADAE-FD / DAE 2Gb EXP ENC-FLD INSTALL / 1
2.5 / NW-2G10-146 / CHV 146GB 10K 520BPS 12V 2Gb (RAID-5(13+1)) / 14
2.6 / NW-2G10-146 / CHV 146GB 10K 520BPS 12V 2Gb Hot Spare / 3
2.7 / NW-2G10-73 / CHV 73GB 10K 520BPS 12V 2Gb (RAID-5 (3+1)) / 4
2.8 / NW-2G10-73 / CHV 73GB 10K 520BPS 12V 2Gb (RAID-5 (14+1)) / 45
2.9 / NW-AT05-250 / 250 GB 5400 RPM Drive (RAID-5 (6+1)) / 7
2.10 / NW-AT05-250 / 250 GB 5400 RPM Drive Hot Spare / 1
2.11 / NW200-FD / NW200 SERVER / 1
2.12 / CX-PW40U-US / 40U RACK POWER CORDS-US / 1
2.13 / NAV-DPKIT / Nav Department Kit / 1
2.14 / PP-WN-KIT / POWERPATH WINDOWS KIT / 1
2.15 / NAV500-DP / NAV500-DP Naviphere Department / 1
2.16 / PS-BAS-4HRPM / COMMECIAL PMGMT 4HRS QS / 1
2.17 / NASHDWPP / PREPAID NAS HDW / 1
2.18 / NASSFTPP / PREPAID NAS SFT / 1
2.19 / FM-LL10MD / FM-LL10MD (10m Optical Cable)(LC-LC) / 12
2.20 / PP-UX-KIT / POWERPATH UNIX KIT / 1
2.21 / SV500-KIT / Snap View CX500 Kit / 1
2.22 / C-MODEM-US / External modem, cable, Powertools / 1
2.23 / PP-AIX-DP / PPATH AIX DEP / 2
2.24 / SV500 / SNAPVIEW / 1
2.25 / UTIL-AIX / AIX S/W Utilities / 4
2.26 / UTIL-WIN / WIN S/W Utilities / 2
2.27 / PS-BAS-PP1 / POWERPATH 1HOST QS / 2
2.28 / PS-BAS-SPV / SNAPVIEW INSTALL QS / 1
2.29 / DS-24-KT8 / 8PORT FLEXPORT EXPANSION / 1
TOTAL

SAMPLE PURCHASE AGREEMENT

PROJECT NUMBER INSERT NUMBER

PURCHASE AGREEMENT