request for proposal rfp no. 03-4210

29
REQUEST FOR PROPOSAL RFP NO. 03-4210 Storage Area Network, Server Virtualization, Backup & Disaster Recovery, Support & Monitoring Services ISSUING DEPARTMENT: MACON COUNTY TECHNOLOGY SOLUTIONS DEPARTMENT 5 WEST MAIN STREET FRANKLIN, NC 28734 PHONE: (828) 349-2000 FAX: (828) 349-2176 ATTN: BARBARA JACOBS, IT DIRECTOR ISSUE DATE: DECEMBER 14, 2009 PROPOSALS WILL BE RECEIVED UNTIL FEBRUARY 1, 2010 AT 12:00 NOON, EST. **Note: Proposals received under N.C.G.S. §143-129.8 are “CONFIDENTIAL” and are not subject to public inspection until the Contract or Purchase Order is awarded.** PROPOSALS ARE TO BE SEALED AND MAILED VIA USPS TO THE ABOVE ADDRESS OR DELIVERED TO THE TECHNOLOGY SOLUTIONS DEPARTMENT OFFICE LOCATED IN THE MACON COUNTY COURTHOUSE BUILDING AT 5 WEST MAIN STREET, FRANKLIN, NC 28734

Upload: mike97

Post on 21-Dec-2014

693 views

Category:

Technology


0 download

DESCRIPTION

 

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL RFP NO. 03-4210

REQUEST FOR PROPOSAL RFP NO. 03-4210

Storage Area Network, Server Virtualization, Backup & Disaster Recovery, Support & Monitoring Services

ISSUING DEPARTMENT: MACON COUNTY TECHNOLOGY SOLUTIONS DEPARTMENT

5 WEST MAIN STREET FRANKLIN, NC 28734

PHONE: (828) 349-2000 FAX: (828) 349-2176

ATTN: BARBARA JACOBS, IT DIRECTOR

ISSUE DATE: DECEMBER 14, 2009

PROPOSALS WILL BE RECEIVED UNTIL FEBRUARY 1, 2010 AT 12:00 NOON, EST.

**Note: Proposals received under N.C.G.S. §143-129.8 are “CONFIDENTIAL” and are not subject to public inspection until the Contract or Purchase Order is awarded.**

PROPOSALS ARE TO BE SEALED AND MAILED VIA USPS TO THE ABOVE ADDRESS OR DELIVERED TO THE

TECHNOLOGY SOLUTIONS DEPARTMENT OFFICE LOCATED IN THE MACON COUNTY COURTHOUSE BUILDING AT 5 WEST MAIN STREET, FRANKLIN, NC 28734

Page 2: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 2 -

Page 3: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 3 -

Table of Contents PREFACE ................................................................................................................... 5 

INTRODUCTION AND BACKGROUND ........................................................................... 6 

COUNTY INFORMATION ......................................................................................... 6 

GENERAL INSTRUCTIONS........................................................................................... 8 

CONTACT INFORMATION ....................................................................................... 8 

PROPOSED SCHEDULE ........................................................................................... 8 

CONFIRMATION OF INTENT TO SUBMIT PROPOSAL................................................. 9 

PROPOSAL DUE DATE……………………………………………………………………………………………9 

CONFIDENTIALITY................................................................................................. 9

QUESTIONS, CLARIFICATIONS AND ADDENDA ........................................................ 9

ADDENDA ACKNOWLEDGMENT............................................................................... 11

PROJECT COMPLETION .......................................................................................... 11

THIRD PARTY SOFTWARE ...................................................................................... 11

RELATIONAL DATABASE......................................................................................... 11

PRODUCT SUNSET ................................................................................................. 11

AWARD................................................................................................................. 11

WARRANTY ........................................................................................................... 12

DISQUALIFICATION/REJECTION OF PROPOSALS...................................................... 12

CONTRACT ORIGIN................................................................................................ 12

PURCHASING LAWS/AVAILABILITY OF FUNDS ......................................................... 12

CLAIMS RESULTING FROM SOFTWARE, MATERIALS, AND EQUIPMENT...................... 13

HOLD HARMLESS................................................................................................... 13

SOURCE CODE ESCROW......................................................................................... 13

TRADE SECRETS.................................................................................................... 13

GUIDELINES FOR PROPOSAL SUBMISSION .............................................................. 14

DETAILED RESPONSE REQUIREMENTS.................................................................... 15 

EXECUTIVE SUMMARY............................................................................................ 15 

SCOPE, APPROACH, AND METHODOLOGY................................................................ 15 

DELIVERABLES ...................................................................................................... 15 

PROJECT MANAGEMENT APPROACH........................................................................ 15 

DETAILED AND ITEMIZED PRICING......................................................................... 16 

APPENDIX: REFERENCES........................................................................................ 16 

APPENDIX: PROJECT TEAM STAFFING..................................................................... 16 

APPENDIX: COMPANY OVERVIEW ........................................................................... 16 

Page 4: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 4 -

EVALUATION FACTORS FOR AWARD ........................................................................... 17 

CRITERIA.............................................................................................................. 17 

SCOPE OF WORK ....................................................................................................... 18 

REQUIREMENTS .................................................................................................... 18 

DELIVERABLES ...................................................................................................... 19

ADDENDUM ACKNOWLEDGMENT FORM………………………………………………………………………20 NON-COLLUSION AFFIDAVIT……………………………………………………………………………………..21

Page 5: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 5 -

PREFACE Macon County has developed this Request For Proposal (RFP) to help vendors identify requirements of Macon County for the Storage Area Network (SAN) Implementation project. Please review the RFP fully and address all response sections. Return Proposals along with any relevant attachments no later than 12:00 NOON, EST, February 1, 2010. Date of commencement is expected to be March 15, 2010, with the objective of having all application components implemented no later than June 30, 2010. Questions and responses should be directed to Barbara Jacobs, IT Director, at the address noted on Page 1 of this RFP.

Page 6: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 6 -

INTRODUCTION AND BACKGROUND County Information. Macon County is a local government entity with its main offices located in Franklin, North Carolina.. Purpose of Request for Proposal. Macon County is interested in implementing a Storage Area Network (hereinafter referred to as “SAN”).

• This Request for Proposal (RFP) seeks responses from vendors to provide an affordable, enterprise-class, modular SAN for Macon County. The scope is inclusive for four primary aspects; storage, virtualization, backup, archival and support.

• This RFP seeks SAN Storage virtualization which is scalable, expandable and

exhibits high availability. The physical storage resources (Disk Arrays) should be aggregated into storage pools from which logical storage locations are determined. The storage locations should be separated into two sites: Primary and Disaster Recovery (hereinafter referred to as “PR” and “DR”). The SAN devices should utilize existing hardware infrastructure and connectivity design and be scalable to include redundant connectivity between the two sites. Existing 1GB backbone with 10% current utilization, current switches do not support jumbo frames, PR and DR are separated by no less than 9 Dell PowerConnect 34xx series switches, current typical response time is <1MS. Refer to attached Macon County Physical Network Diagram (RFP page# 25).

• This RFP seeks to facilitate Server & Application Virtualization for existing

server functions and be scalable to anticipated upgrades and new technologies. Virtualization should encompass implementation of virtual environments, masking server resources, identity, processors and operating systems (OS) from the server users. The virtualization should implement virtual machines (servers) allowing guest operating systems to operate without modifications or knowledge of underlying hosts OS. The guest should implement a hypervisor or Virtual Machine Monitor (VMM) to coordinate instructions to the central processing unit(s). (CPU)

• This RFP seeks Backup and Disaster Recovery means and methods in which

redundancy between the PR and DR sites is maintained by asynchronous replication. Additionally, PR and DR shall facilitate full offsite archive of data for physical and virtual servers. Utilizing existing backup software licensing and hardware where applicable, we will provide a document with current BackupExec licenses. We will provide the physical server to create backups.

• This RFP seeks onsite installation and implementation of all project components.

All inclusive remote Support and Performance Monitoring Services shall ensure operation, availability, connectivity of project. Proposals should include support and performance monitoring services which is optionally renewable annually, covering project components.

These activities are part of Macon County’s ongoing commitment to provide technology solutions to all applicable county entities, simplify storage administration, and increase flexibility,

Page 7: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 7 -

scalability, and efficiency of data processing and data retention, disaster recovery, redundancy and reliability. The design should not introduce any single point of failure. The design should implement dynamic load balancing to evenly distribute system resources where applicable. Macon County is seeking to identify and select an outside independent organization or organizations to perform the activities listed above. The remainder of this document provides additional information that will allow a service provider to understand the scope of the effort and develop a proposal in the format desired by Macon County. This RFP defines “vendor” (or “vendors”) to be the selected organization (or organizations) to complete project components. Vendor partners are third parties which complement or provide components in the vendors proposed solutions.

Page 8: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 8 -

GENERAL INSTRUCTIONS Contact Information. All communications about this RFP must be directed through: Name Macon County, Barbara Jacobs IT Director

Address 5 West Main Street Franklin NC 28734

Phone 828-349-2000

FAX 828-349-2176

The Vendor will name a representative to communicate with the County. The representative must be a person authorized to negotiate a contract in the Vendor’s name. The Vendor must also identify a person who will act as the Vendor’s contract administrator. This person or a successor must have full authority to resolve disputes with the County.

Proposed Schedule of Events.

Event Date

1. RFP Distribution to Vendors 12/14/09

2. Written Confirmation of Vendors with Bid Intention 12/28/09

3. Questions from Vendors about scope or approach due 01/14/10

4. Proposal Due Date 02/01/10 12:00 NOON

5. Target Date for Review of Proposals 03/01/10

6. Final Vendor Selection Discussion(s)--Week of 03/01/10

7. Anticipated decision and selection of Vendor(s) 03/15/10

8. Anticipated commencement date of work 03/15/10

9. All work and implementation of project, all project deliverables must be completed and delivered by 06/30/10

Page 9: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 9 -

Confirmation of Intent to Submit Proposal. After reviewing the RFP document, please confirm your intent to submit a proposal. Confirmation should be sent in writing to Barbara Jacobs, IT Director, via fax at 828-349-2176, or via email to [email protected], no later than December 28, 2009 at 5:00 PM, EST. Please indicate “RFP #03-4210 SAN Project Confirmation” as the subject line. Proposal Due Date. All proposals are due by 12:00 NOON, EST ON OR BEFORE 02/01/10. Any proposal received at the designated location after the required time and date specified for receipt shall be considered late and non-responsive. Any late proposals will not be evaluated for award. If satisfactory proposals are not acquired, the RFP may be resubmitted for responses with or without modifications at a later date.

Proposal Submission This solicitation is being made pursuant to NCGS §143-129.8. Proposals shall be sealed with the name of the Vendor, RFP Number and Title clearly printed on the outside. In order for a proposal to be considered, it shall be based on the terms, conditions and specifications contained herein and shall be a complete response to the Request for Proposal (RFP). One (1) original and five (5) printed copies and (1) soft copy in PDF format, of each proposal package shall be submitted to the Issuing Department shown on the front of this solicitation. The responder shall make no other distribution of the proposal. An authorized principal of the company shall sign all submitted proposals. Each proposal shall be numbered and sections tabbed appropriately. The County may elect to require product demonstrations after receipt of the proposals. If you choose not to respond with a proposal, please notify us promptly. Vendor shall complete the Non-Collusion Affidavit. Confidentiality. Proposals received under N.C.G.S. §143-129.8 are “CONFIDENTIAL” and are not subject to public inspection until the Contract is awarded.

Questions, Clarifications and Addenda. The County will be glad to answer all questions and provide any necessary clarifications. After the RFP issue date, all communications between the Issuing Department and prospective Vendors shall be in writing. Any inquiries, requests for interpretation, technical questions, clarification, or additional information shall be directed to Ms. Barbara Jacobs, IT Director, at the address or fax number listed on the cover page of this RFP.

Page 10: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 10 -

In the event a Vendor finds a discrepancy in, or omission from the documents, or is in doubt as to their meaning, s/he shall at once notify the county, and a written addendum may be issued. The County will not be responsible for any oral instructions. Acknowledgement of any addendum received during the time of responding to the RFP shall be noted on a signed Addendum Acknowledgment Form. In letting the contract, any addendum issued shall become a part thereof. Questions and responses affecting the scope of the Project will be provided to all prospective Vendors by facsimile transmission by issuance of an Addendum. Any Addenda will also be made available on the County’s website, www.maconnc.org. All written questions concerning this RFP shall reference the RFP number, section heading, and page number. All questions shall be received by Ms. Jacobs no later than 4:00 P.M. EST, January 14, 2010. NO EXCEPTIONS.

Page 11: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 11 -

Addenda Acknowledgment. A signed Addendum Acknowledgement Form shall be attached to your Proposal. Project Completion. The Project completion date is to be no later than June 30, 2010; however, the ability to meet an accelerated implementation date will be viewed favorably in all responses. It is understood and agreed by the Vendor that time is of the essence in the delivery of the software, services, materials, training or equipment of the character and quality specified in the proposal. In the event these specified software, services, materials, training or equipment are not delivered by the date specified, there will be deducted a liquidated damages sum of $300.00 per day for each and every calendar day of delay beyond the specified time. If such delay is caused by the county, a reasonable extension of time may be granted. Upon receipt of a written request and justification for extension from the Vendor, the County may extend the time for performance of the contract herein specified if it is deemed to be in the best interest of the County. Third Party Software. If your basic product generally covers the requested functions, but omits certain specialty functions, it is acceptable to propose a third party software package with which your product integrates. Clearly identify third party software package vendor, product name, and version. Please indicate whether the third party software licenses required by your proposal are included with your solution. If you will provide the software licenses at additional cost, or if the County must purchase the software licenses separately, please indicate the associated costs. Relational Database. Please indicate whether any relational database licenses your product uses are included with your solution, whether you will provide the database licenses at additional cost and specify that cost, or whether the County must purchase the database licenses separately. Product Sunset. When available, any product’s sunset date shall be documented. Further, no hardware or software component of this Project shall be offered in the Proposal if it has a known sunset date of less than three (3) years from the date of your Proposal. Award. Award of the contract resulting from this RFP will be based upon the most responsible Vendor whose offer will be the most advantageous to Macon County in terms of cost, functionality, and other factors as specified elsewhere in this RFP. Proposals will be examined promptly after opening and award will be made at the earliest possible date. The prices quoted must be held firm and no proposals may be withdrawn until 90 days after proposal opening date. Macon County reserves the right to:

Page 12: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 12 -

• Negotiate with any Vendor in order to obtain a final contract that best meets the

needs of the County • Reject any or all offers and discontinue this RFP process without obligation or

liability to any Vendor • Accept other than the lowest priced offer • Award a contract on the basis of initial offers received, without discussions or

requests for best and final offers, and • Award all or part of the contract to a given Vendor.

Warranty. The materials/supplies/equipment furnished under any resulting contract shall be covered by the manufacturer’s most favorable commercial warranty. Each Vendor shall plainly set forth the warranty for the goods in the Proposal. Operations and maintenance manuals for software shall also be provided as appropriate. Disqualification/Rejection of Proposals. The County reserves the right to reject any and all proposals and to waive informalities in the proposal process. The County does not intend to enter into an agreement solely on the basis of a submitted proposal or otherwise pay for the information solicited or obtained. Subsequent procurement, if any, will be in accordance with appropriate County contractual action. Noncompliance with any condition of this proposal may result in a recommendation to the County elected officials that the Vendor be disqualified. Contract Origin. The contract shall be governed by and in accordance with the laws of the State of North Carolina. All actions relating in any way to this contract shall be brought in the General Court of Justice in the County of Macon and the State of North Carolina. Independent Contractor. County and Vendor agree that Vendor will be an independent contractor. The County is interested only in the results to be achieved, and conduct and control of the work will lie solely with the Vendor. Vendor is not to be considered an agent or employee of the County for any purpose, and the employees of the Vendor are not entitled to any of the benefits that the County provides for its employees. Vendor understands that the County does not intend to use the Vendor’s services exclusively. The Vendor is also free to contract for similar services to be performed for other parties while under contract with the County. Vendor will be solely and entirely responsible for his or her acts and the acts of Vendor’s agents, employees, servants, and all subcontractors during the performance of the contract.

The contracting company shall not represent itself to be an agent of the County. Purchasing Laws/Funds Availability. The General Statutes of the State of North Carolina, insofar as they apply to purchasing and competitive proposing, are made a part hereof.

Page 13: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 13 -

All purchases are subject to the availability of funds for this purpose. The County shall not be liable for any costs incurred by the Vendor in preparing or submitting a proposal to the County. Proposals should be prepared simply and economically, providing a straightforward, concise description of Vendor’s capabilities to satisfy the requirements of the RFP and the Proposal. Claims Resulting from Software, Materials and Equipment. The Vendor shall pay royalties and license fees and defend all suits resulting from claims for same on all software, materials, and equipment purchased outright and installed according to the specifications of the County. Hold Harmless. To the fullest extent of the law, the successful Vendor shall agree to indemnify and hold harmless the County and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or arbitration) arising out of or resulting from the performance of this contract or the actions of the Vendor or its officials, employees, or contractors under this contract or under the contracts entered into by the Vendor in connection with this contract. This indemnification shall survive the termination of this contract. Source Code in Escrow. Vendor shall agree to place current copies of all its source and object programs and corresponding documentation in an escrow account, and to insure that all such programs are the most current releases of each software module. The County will sign a non-disclosure agreement if necessary. Trade Secrets. Trade secrets or similar proprietary data which the Vendor does not wish disclosed to other than personnel involved in the evaluation or contract administration will be kept confidential to the extent permitted by NCAC T01:05B.1501 and G.S. 132-1.3 if identified as follows: Each page shall be identified in boldface at the top and bottom as “CONFIDENTIAL”. Any section of the proposal, which is to remain confidential, shall also be so marked in boldface on the title page of that section. Cost information may not be deemed confidential. The term “Confidential/Proprietary” does not include ideas, techniques, or concepts that are in the public domain. The Vendor agrees that it will not permit the disclosure or duplication of any information received from the County or stored on County systems unless such disclosure or duplication is specifically authorized in writing by the County, or as required by law. The County agrees that it will not disclose or duplicate any information designated in advance by the Vendor as “Confidential/Proprietary” information to any person (other than County personnel who must

Page 14: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 14 -

have access to such information) unless such duplication, use, or disclosure is specifically authorized in writing by the Vendor or is required by law. Guidelines for Proposal Submission. Proposals shall be submitted in several parts as set forth below. The Vendor will confine its submission to those matters sufficient to define its proposal and to provide an adequate basis for Macon County’s evaluation of the Vendor’s proposal. In order to address the needs of this procurement, Macon County encourages Vendors to work cooperatively in presenting integrated solutions. Vendor partner relationships may be desirable to enable the companies involved to complement each other's unique capabilities, while offering the best combination of performance, cost, and delivery for the entire project being provided under this RFP. Macon County will recognize the integrity and validity of Vendor partner relationships provided that:

• The arrangements are identified and relationships are fully disclosed, and • A prime Vendor is designated that will be fully responsible for all applicable

contract performance. • Vendors should specify where vendor partners product support or hardware

warranties apply. To the extent they are not in conflict, the requirements of this RFP and Proposals in response to this RFP will be incorporated into the final agreement between Macon County and the selected Vendor(s). The submitted Proposals are required to include each of the following sections in this order:

1. Executive Summary 2. Approach and Methodology – Solutions and Benefits 3. Project Deliverables and Deployment by category: SAN, Virtualization, Backup, Archival,

Training, Support, and Monitoring independently in this order. 4. Project Management and Support Approach Accountabilities 5. Detailed and Itemized Pricing for entire project 6. Appendix: References 7. Appendix: Project Team Staffing 8. Appendix: Company Overview

The detailed requirements for each of the above-mentioned sections are outlined below.

Page 15: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 15 -

DETAILED RESPONSE REQUIREMENTS

EXECUTIVE SUMMARY This section will present a high-level synopsis of the Vendor’s responses to the RFP. The Executive Summary should be a brief overview of the engagement, and should identify the main features and benefits of the proposed work. It should outline the expected obligations of the county’s IT staff, and the selected Vendor(s) partners.

SCOPE, APPROACH, AND METHODOLOGY Include detailed testing procedures and technical expertise by phase and category. This section should include a description of each major type of work being requested of the Vendor and applicable client responsibilities. All information that is provided will be held in strict confidence. The proposal should reflect each of the sections listed below, in this order:

• SAN • Virtualization • Backup • Archival • Training • Support • Monitoring

Identify how the Vendor will address the security of remote connections used to monitor and support the project implementation. Vendor should define the methods of user acceptance testing, demonstrating the fault tolerance and failover in a production environment.

DELIVERABLES Include descriptions of the types of hardware and software used for the project. Summarize and provide detailed information of each phase of implementation and associated ongoing support services. Summarize and provide detailed information on risk, vulnerabilities, and the necessary countermeasures and recommended corrective actions. Compliance with attached (RFP) ENCLOSURE A1 TECHNICAL SPECIFICATIONS and (RFP) ENCLOSURE A2 TECHNICAL SPECIFCATIONS

PROJECT MANAGEMENT APPROACH Include the method and approach used to manage the overall project and client correspondence. Please identify your project manager. Briefly describe how the engagement proceeds from beginning to end, and anticipated response times in the event of operational failure during deployment. Vendor should clarify any client obligations outlined in their approach, including but not limited to UPS, Power, Microsoft licensing, mounting space. Vendor proposals should also CLEARLY state the IT support expected from Macon County to install their system. The statement should include, but not be limited to, working space, environment, equipment of any kind, telephone service, secretarial service, liaison coordination, etc.

Page 16: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 16 -

DETAILED AND ITEMIZED PRICING Include a fee breakdown by project phase and category, equipment, software and services; additionally estimates of travel expense or other anticipated expense. Specify expected recurring fees beyond the scope of the initial project. Pricing submitted by Vendor shall be honored by Vendor through the awarding of the contract.

APPENDIX: REFERENCES Provide at least three current corporate or local government references, including contact information, name of project and dates of project, for which you have performed similar work..

APPENDIX: PROJECT TEAM STAFFING Include biographies, certifications and relevant experience of key staff and management personnel. Describe the qualifications and relevant experience of the types of staff that would be assigned to this project by providing biographies for those staff members. Describe bonding process and coverage levels of employees. Affirm that no employees working on the engagement have ever been convicted of a felony.

APPENDIX: COMPANY OVERVIEW Provide the following for your company:

• Official registered name (Corporate, D.B.A., Partnership, etc.), Dun & Bradstreet Number, Primary and secondary SIC and NAICS

• Vendor address, main telephone number, toll-free numbers, and facsimile numbers

• Key contact name, title, address (if different from above address), direct telephone and fax numbers

• Person authorized to contractually bind the organization for any proposal against this RFP

• Listed Awards, Brief history, including year established and number of years your company has been offering SAN Implementations

• Licensed to do business with local governments and corporations in the state of North Carolina, USA

• Should not be under or anticipating corporate bankruptcy or have an unresolved judgment against the company

Page 17: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 17 -

EVALUATION FACTORS FOR AWARD

CRITERIA Any award to be made pursuant to this RFP will be based upon the proposal with appropriate consideration given to operational, technical, cost, and management requirements. Evaluation of offers will be based upon the Vendor’s responsiveness to the RFP and the total price quoted for all items covered by the RFP. The following elements will be the primary considerations in evaluating all submitted proposals and in the selection of a Vendor or Vendors:

1. Completion of all required responses in the correct format. 2. The extent to which Vendor’s proposed solution fulfills Macon County’s stated

requirements as set out in this RFP. 3. An assessment of the Vendor’s ability to deliver the indicated service in accordance with

the specifications set out in this RFP. 4. The Vendor’s stability, experiences, and record of past performance in delivering such

services. 5. Availability of sufficient high quality Vendor personnel with the required skills and

experience for the specific approach proposed. 6. Overall cost of Vendor’s proposal and estimated total cost of ownership. (Costs

submitted in Vendor’s proposal shall be honored by vendor through the awarding of the contract.)

Macon County may, at its discretion and without explanation to the prospective Vendors, at any time choose to discontinue this RFP without obligation to such prospective Vendors.

Page 18: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 18 -

SCOPE OF WORK

REQUIREMENTS The following information should be used to determine the scope of this project and provide pricing for this engagement: (RFP) ENCLOSURE NEW NETWORK DIAGRAM 2010 and (RFP) ENCLOSURE MACON COUNTY SERVER SPECS FOR VIRTUALIZATION CANDIDATES (RFP) ENCLOSURE DESIGN SUMMARY 2010 (RFP) EXISTING SYMANTEC LICENSES External Network Assessment

• Number of external IP addresses in target space: 32 Internal Network Assessment (Approximate)

• Number of servers in target space: 20 (LAN) • Number of IP addresses in target space: 65,534 (LAN) (255.255.0.0 Subnet) • Number of network devices in target space: 250 • Number of workstations in target space: 250 • (2) available vLans trunks spanning switch infrastructure (additional available)

Server Configuration Reviews • Number of servers to be virtualized: 8 • Existing OEM Server OS Windows Server 2000AS, Win Server 2003, Win XP, SQL

Server 05 SQL Server 2000, Win 08 MySQL/XP Server based. (Virtual Servers to be WIN 2008)

Remote Connectivity • Watchguard PEAK x5550e Firebox III/1000 • VPN utilization for remote installation, implementation, monitoring and support.

Client based Applications in Use • Attachemate, CDP, Health Stat, Time Matters, Laserfiche, Wasteworks, Crystal

Reports, VNC, PrintScreen, OfficeView, WaveViewer, Firefox, Omnix, Eaglesoft, ARCGIS/ESRI, Health Stream, Munis, eCopy, Northwoods, Tripmaker, Host Access, PC Anywhere, Office Calendar, Microsoft Office XP, 03, 07, MACE Security, Watchguard VPN, MultiOp, ReadyKeyPro, BOSCH RPS, DELL Openmanage. Blue Prince, Southern Software Jail/Sheriff PAK

Server based Applications in Use • SQL, MySQL, Laserfiche

Network Device Assessment • (22) Dell PowerConnect 3448P (LC Gigabic), (2) ProCurve 2910AL-24G (dedicated

to ESX/SAN on PR & DR), Wireless Routers/Radios Linksys, Trango, Netgear, HP, DELL, TOSHIBA Printers, Single/Multi Mode Fiber Transceivers ST-LC & ST-SC & ST-ST

Server Roles of virtualized servers • 4 Domain Controllers that function as file and print servers. • (1) Domain Controller is a DNS server, (1) Domain Controller is an SQL Server • 1 member server is a MySQL server also DHCP • 1 member server is a file server • 1 member server is an SQL server • 1 member server is an application server

Page 19: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 19 -

DELIVERABLES At the conclusion of the assessment, Macon County requires written documentation of the approach, findings, and recommendations associated with this project. A formal presentation of the findings and recommendations to senior management may also be required. The documentation should consist of the following: DETAILED TECHNICAL REPORT A document developed for the use of Macon County’s technical staff which discusses: the methodology employed, the hardware and software specifications, warranties, support service attributes, power/UPS requirements, rack and enclosure requirements for SAN & virtualization hardware, and any required Microsoft server licenses. EXECUTIVE SUMMARY REPORT A document developed to summarize the scope, approach, findings and recommendations, in a manner suitable for senior management.

Page 20: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 20 -

Addendum Acknowledgment Form

ADDENDUM ACKNOWLEDGMENT Delivery Point: Macon County Technology Solutions Department 5 West Main St. Franklin, NC 28734 Receipt of the following addendum are acknowledged: Addendum no.__________________ Date____________________ Addendum no.__________________ Date____________________ Addendum no.__________________ Date____________________ Addendum no.__________________ Date____________________ Addendum no.__________________ Date____________________

•.......................................................................................................................................Signature:_______________________ Date:____________________

Page 21: REQUEST FOR PROPOSAL RFP NO. 03-4210

RFP #03-4210 - 21 -

Non-Collusion Affidavit

NON-COLLUSION AFFIDAVIT

State of North Carolina County of Macon I , being first duly sworn, deposes and says that: 1. He/She is the of , the offeror that has submitted the attached proposal; 2. He/She is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Such proposal is genuine and is not a collusive or sham proposal; 4. Neither the said offeror nor any of its officers, partners, owners agents, representatives, employees or parties of

interest, including this affidavit, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other offeror, firm or person to submit a collusive or sham proposal in connection with the contract for which the attached proposal has been submitted or to refrain from proposalding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other offeror, firm or person to fix the price or prices in the attached proposal or of any other offeror, or to fix any overhead, profit or cost element of the proposal price of any other offeror or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the County of Macon or any person interested in the proposed contract; and

5. The price or prices quoted in the attached proposal are fair and proper and are not tainted by any collusion,

conspiracy, connivance or unlawful agreement on the part of the offeror or any of its agents, representatives, owners, employees, or parties in interest, including this affidavit.

Signature of offeror Date Title: ______________________________________________ State of ________________________ County of _______________________ Subscribed and sworn before me, (SEAL) this day of , 20__ Notary Public My Commission Expires

Page 22: REQUEST FOR PROPOSAL RFP NO. 03-4210

(RFP) ENCLOSURE A1 TECHNICAL SPECIFICATIONS  

(Request for Proposal) ENCLOSURE A1 

TECHNICAL SPECIFICATIONS 

Component 1 – Storage Area Network (SAN) and Array Enclosure 

a.  (2) Storage Appliances supporting both SAS and SATAII drives 36‐60 TB of storage capacity RAID5 

b.  Server Support – Dual or Quad socket servers 

c.  Scalability –  Support for minimum of 32 high availability servers 

d.  Connectivity – iSCSI w/o jumbo frame support 

e.  Power Consumption not to exceed 490VA 450W MAX per device 

f.  Expandable to add more Enclosures in the future. 

g. Replicatable to Disaster Recovery Site 

Component 2 – Virtualization 

a.  Intel Nehalem Series Processors, (3) Servers at Primary and (2) at Disaster Recovery Site 

b.  High Performance DDR3‐1333 RAM Cache Memory 48GB per server 

c.  Scalable/Compatible with existing network connectivity between sites and redundant network connectivity ready between sites. 

d.  VMWare/ESX software media and licensing with Gold Support 

COMPONENT 3 – Backup – To Disk and Off Site 

a.  On site to disk backups 14 days back, for efficient restores of 100% of data contained in SAN storage. 

b.  Offsite backup solutions for 100% of data facilitated on SAN connected hardware, to provide a full tape archive weekly. 

c.  Utilize existing  BackupExec software licensing 

COMPONENT 4 – Support – Monitoring – Intrusion Prevention 

a. All inclusive support option to  cover all components of the SAN environment and the project in it’s entirety, 4HR maximum response time for critical operations. 

b.  Specification of instances where manufacturer or third party warranty or support should be utilized by client. 

Page 23: REQUEST FOR PROPOSAL RFP NO. 03-4210

c. Performance Monitoring and Intrusion Prevention 

COMPONENT 5 ‐ Miscellaneous  

a.   UPS protection 

b.   Mounting Rack for storage arrays, servers and UPS components. 

 

Page 24: REQUEST FOR PROPOSAL RFP NO. 03-4210

SAN,Virtualization, Backup/Archival Specifications

SAN/Storage Virtualization Backup

Hardware: MINIMUM SPECIFICATIONS

Production SAN EMC AX4-5i iSCSI SAN ESX Servers Production(3) HP DL380 G6 Backup Server Physical server provided by the CountyDR Storage SAN EMC AX4-5i iSCSI SAN HP DL380 G6SAN OS STORAGE 4-1 TB 7.2K SATA W VAULT OS HP DL380 G6

4-1 TB 7.2K SATA W VAULT OS Tape Backup Details:Primary Drive Enclosure 2u SAS/SATA 12 Drive DAE Tape Drive: HP StorageWorks 1/8 G2 Tape AutoloaderDR Drive Enclosures 2u SAS/SATA 12 Drive DAE ESX Servers DR (2) HP DL380 G6 Rackmount Kit IncludedBay Count/ Types each 12/ SAS and SATA HP DL380 G6 Transfer Speed: 3 Gigabits per Second

Server Specs: Tape SCSI HBA Card: HP SC44GE 8 Channel PCIEDrives Pop. Primary Enclosure 400 GB 10K SAS RAID 10 DVD: DVDRW Tape Quantity: 16

400 GB 10K SAS RAID 10 Processor(s) (2) quad core Xeon X5550 Tape Online Quantity: 8400 GB 10K SAS RAID 10 HyperThreading Yes Tape Size: 1.6TB RW400 GB 10K SAS RAID 10 Core Quad Total Tape Online Backup Size: 12.8TB400 GB 10K SAS RAID 10 Speed 2.66 Ghz Total Tape Backup Size: 25.6TB400 GB 10K SAS RAID 10 Processing per server 21,280 MHZ Cleaning Tape Quantity: 1

Primary Hot Spare SAS 400 GB 10K SAS RAID 10 Cache 8MB L3 7 TOTAL 1.5TB CPU Power 95 W

System Power: HP 750E CS HE POWER SUPPLY KIT1 TB 7.2K SATA RAID 5 Second Power HP 750E CS HE POWER SUPPLY KIT1 TB 7.2K SATA RAID 5 Memory Type DDR3-13331 TB 7.2K SATA RAID 5 Memory 48GB per server1 TB 7.2K SATA RAID 5 HDD Controller: Smart Array P410i

Primary Hot Spare SATA 1 TB 7.2K SATA RAID 5 Controller addon Smart Array P410i Battery Backup Write Cache

5 TOTAL 3TB HDD (2) 72GB 15K SAS RAID 1Int NIC NC382i Dual port Multi Func GIG Srvr(4 ports)NIC NC382T PCIE DP GIGABIT SVR ADPTR 2PT

Vmware NIC Config: (2) Data, (2) ISCSI, (2) Vmotion Fault Tolerant Drives Pop. DR Enclosure 400 GB 10K SAS RAID 10 Software: Software: Symantec Backup Exec & Agents

400 GB 10K SAS RAID 10 Vizioncore vRanger Pro400 GB 10K SAS RAID 10 Design: Effective P2V or Migration of 8 Servers400 GB 10K SAS RAID 10 4 DC,s as file and print Servers, and 4 Member

DR Hot Spare SAS 400 GB 10K SAS RAID 10 Replication to DR site Design: Tape Drive will be connected to an existing 5 TOTAL 800GB VMware vSphere 4 Licensing Enterprise Plus Physical Server (Not a new ESX Host) that

Total Number of Licensed Processors: 10 exists at the Disaster Recovery Site. TheWarranty: Gold Support for 1 Year Software that will manage the Tape Drive

1 TB 7.2K SATA RAID 5 Usage: Physical Server Operating System will be Symantec Backup Exec 12.5 that The1 TB 7.2K SATA RAID 5 County has purchased . The Backup Exec1 TB 7.2K SATA RAID 5 vCenter 4 Server Software Details Standard Software will be configured to archive the 1 TB 7.2K SATA RAID 5 Usage: Central Management Vizioncore vRanger Pro Compressed

1 TB 7.2K SATA RAID 5 Location:Virtual Machine running in Fault Tolerant Mode on ESX Hosts at Production Site Backups from the Virtual vRanger Pro

1 TB 7.2K SATA RAID 5 Server to tape. The vRanger Pro Server's 1 TB 7.2K SATA RAID 5 Vizioncore Details: Backup to Disk Storage will exist on the DR

DR Hot Spare SATA 1 TB 7.2K SATA RAID 5 Software Details: vEssentials Professional Bundle SAN on the 6TB SATA Storage. 8 TOTAL 6TB Products Included: vRanger Pro; vReplicator; vOptimizer Pro

Total Number of Licensed Processors: 10

Usage: VM Backup; VM Replication; SAN Optimization

Location: Virtual Machine running on ESX Hosts at DR Site

Page 25: REQUEST FOR PROPOSAL RFP NO. 03-4210

V4

911 Phone rm

Jail #6

2nd floor CH #12

CH phone rm #10

Backup 911 on CH 1st Floor

Barret 1 #8

BOE #11

Health Mech #2

Health Mech #13

Health Mech #3

Health Mech #1

Maint

Transit

Annex #21

CH phone rm #16

3rd floor mech #14

Barret 2 #9

Mccall

ITS DSS Router

DSS comp rm #18

DSS comp rm #17

Pix Firewall

Health DSS Comp rm #4

Env Train

Scalehouse

Security room

Barret 3 #7

Firewall .40

Jail Wireless Access

SMS

Inspections Wireless Access

V3

EMS Wireless Access

CH Training Room

V2

100mb Fiber w transceivers1 Gb Fiber Single Mode

1 Gb Copper100 Mb Copper

1 Gb Fiber Multi Mode

IP Telephony Gateway

g1

g2

g4

g4

g4g3

g4

g3

g4g3

g2

g1

g2

g4g3

g4g3

g2

g4g2

g1

g1

g4

g3

g2

e2

g1

g2

e1

e3

e3

Annex #19

g4

Fixed Dental

ROD

Firewall .34

V1

DSS comp rm #5

V5 DMZ

Verizon DSL

USCarrier

ITS

Housing

Dnet Wireless

AG EXT

V1 vlan 1 Main NetworkV2 vlan 2 DSSV3 vlan 3 ReservedV4 vlan 4 RAW InternetV5 vlan 5 DMZV6 vlan 6 Emergency Wireless

Annex #20

g4

NEW DOA #15

Rec ParkInvestigations?

Animal Control

911 Wireless Access

SMS Wireless

Health Wireless 1

Health Wireless 2

Health Wireless 3

DSS Wireless

4th floor mech

Dnet Wireless

Wireless Point to Point

g1g3

g2

g1

IT WIreless

Macon County Physical Network Diagram 2010

PPMPPM

GIS GB Switch

IT 3rd floor Computer room

IP Telephony Gateway 2

PPM

PPM

PPM

PPM

PPM

PPM

PPMPPM

SD

Console

Power

Fault

1 2 3 4 5 6

7 8 9 10 11 12

Link100

100Link

Reset Clear

1 2X 3X 4X 5X 6X

7X 8X 9X 10X 11X 12XColAct

MDI-X MDI

(out) (in)Class Repeater

Port 1 Only13 14 15 16 17 18

19 2120 22 23 24

13X 14X 15X 16X 17X 18X

19X 20X 21X 22X 23X 24X

ProCurve10/100Hub24MHP J3288A

Production SAN / Virtualization

DR SAN / Virtualization Backup and Archival

g1

g0

g2

Page 26: REQUEST FOR PROPOSAL RFP NO. 03-4210

Macon County Server Specs for Virtualization Candidates

Role Host Name Operating System Chassis Mfg. Chassis Model Total Storage (GB) (Mhz) RAM(MB) NICs Drives CPUs

ANNEX Member Srv MCNTSRV Win Srv 2003 Ent. Dell Inc. PowerEdge 4600 536.5 5960 3072 1 2 2

ANNEX DC MCNTSRV02 Win 2000 Adv. Srv. Compaq ProLiant DL380 G2 793.7 2260 2048 1 3 2

HEALTH DC MCHDNTSRV02 Win 2000 Adv. Srv. Compaq ProLiant DL380 G2 293.6 2250 2048 1 2 2

JAIL DC DETSRV02 Win 2000 Adv. Srv. Compaq ProLiant DL380 G2 293.6 2250 2048 1 2 2

SOCSRV Member Srv COMAC03 Win Srv 2003 Std Dell Inc. PowerEdge 2900 1,099.00 3990 4096 2 2 2

SOCSRV DC COMAC04 Win 2000 Adv. Srv. Dell Inc. PowerEdge 2600 36.4 5586 2048 1 1 2

SOCSRV Member Srv COMAC05 Win 2003 Std. Dell Inc. PowerEdge 2600 36.4 5586 2048 1 1 2

ANNEX Member Srv HAL Win Srv 2003 Ent. Dell Inc. PowerEdge 2600 145.5 6112 6144 1 2 2

Utilization Stats:

System Name Processor-%used Processor-Queue per CPU Memory-%used Mem/file sys cache(MB) MemPaging/Sec

COMAC04 2.95 0 27.97 160.99 549.32

MCNTSRV02 11.31 0.45 30.39 166.73 666.79

DETSRV02 9.25 0.06 82.3 80.69 676.59

MCHDNTSRV02 7.33 0.17 26.34 158.9 698.79

MCNTSRV 9.71 0.18 28.04 339.62 945.54

HAL 3.32 0.01 15.27 215.55 1,133.57

COMAC03 65.79 1.16 58.67 236.53 2,273.41

COMAC05 na na na na na

Performance Stats:

System Name Disk-I/O Trans/Sec Disk-I/O MB/Sec Net-Speed MB/sec Speed Memory

COMAC04 48.42 2.01 0.35 2,793 2,048

MCNTSRV02 90.56 2.45 0.67 1,130 2,048

DETSRV02 81.17 2.5 0.1 1,125 2,048

MCHDNTSRV02 84.92 3.32 0.66 1,125 2,048

MCNTSRV 90.18 3.78 0.47 2,980 3,072

HAL 98.09 4.32 0 3,056 6,144

COMAC03 303.2 8.77 3.02 1,995 4,096

COMAC05 na na na na na

Page 27: REQUEST FOR PROPOSAL RFP NO. 03-4210

(RFP) ENCLOSURE DESIGN SUMMARY Vendor is to establish complete disaster recovery and business continuity solution. Solution will be deployed into existing network architecture. Subsystems must offer a 3 Year Warranty Implementation is complete after testing and user acceptance. Central Storage Implementation Deploy two EMC AX4-5I ISCSI SAN Storage solutions and DAE’s at the production site and two at the disaster recovery site. Equipment to be unpacked and installed into existing racks, attached to appropriate power. Connect SAN into client network and ISCSI VLAN. Central Storage Configuration Configure SAN’s with RAID groups as specified. RAID10 -1.2TB Usable for Production VM’s RAID5 -3TB Usable for Production VM file storage RAID10 -800GB Usable Production Server Warm Replication RAID5 -6TB Usable, VMware Backups and Archives Server Virtualization Implementation Deploy 5 HP DL380 G6 Servers, 3 at production site, 2 at DR site

Equipment to be unpacked and installed into existing racks, attached to appropriate power supplies. Install VMware ESX Server on 5 servers. Connect servers into correct VLANS. Install and configure VSphere 4 and VMware Vcenter. Connect ESX hosts into Vcenter cluster. Virtualize (4) Domain Controllers and (4) Member servers

Replication, Backup and Archival Implementation Vizioncore vEssentials Implementation Install Vizioncore Voptomizer for SAN optimization on Production and DR SAN

Install Vizioncore Vreplicatior and configure Live Replication from Primary SAN VM’s to DR SAN RAID10 LUN

Install Vizioncore Vranger Pro and configure Virtual Backups to DR SAN

RAID5 LUN

Install Symantec Backup Exec on existing server and configure scheduled

Page 28: REQUEST FOR PROPOSAL RFP NO. 03-4210

archival to tape of compressed VM Backups.

Page 29: REQUEST FOR PROPOSAL RFP NO. 03-4210

(RFP) EXISTING SYMANTEC LICENSES Maintenance/Subscription Product Name/Description Quantity Part # Start Date End Date SYMC BACKUP EXEC SERVER 12.5 WIN PER 1 14348120 SERVER BNDL STD LIC GOV BAND S BASIC 12MO ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SYMC BACKUP EXEC SERVER 12.5 WIN PER 1 14350427 09-APR-09 08-APR-10 SERVER I/O BASIC 12 MONTHS -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SYMC BACKUP EXEC AGENT FOR MSFT 3 14353555 ACTIVE DIRECTORY 12.5 WIN PER DOMAIN CONTROLLER BNDL STD LIC GOV BAND S BASIC 12MO --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SYMC BACKUP EXEC AGENT FOR MSFT 3 14353585 09-APR-09 08-APR-10 ACTIVE DIRECTORY 12.5 WIN PER DOMAIN CONTROLLER I/O BASIC 12 MONTHS --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SYMC BACKUP EXEC AGENT FOR WINDOWS 10 14353962

SYSTEMS 12.5 WIN PER SERVER BNDL STD LIC GOV BAND S BASIC 12MO --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SYMC BACKUP EXEC AGENT FOR WINDOWS 10 14353992 09-APR-09 08-APR-10 SYSTEMS 12.5 WIN PER SERVER I/O BASIC 12 MONTHS --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SYMC BACKUP EXEC AGENT FOR MSFT SQL 4 14355693 12.5 WIN PER SERVER BNDL STD LIC GOV BAND S BASIC 12MO ------------------------------------------------------------------------------------------------------------------------------------------------------------ SYMC BACKUP EXEC AGENT FOR MSFT SQL 4 14355723 09-APR-09 08-APR-10 12.5 WIN PER SERVER I/O BASIC 12 MONTHS --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------