draft city of seattle

36
SAN Solution RFP Page 1 of 36 City of Seattle, DoIT 6/4/2002 DRAFT CITY OF SEATTLE Department of Information Technology PROPOSAL RESPONSE FORMS for a STORAGE AREA NETWORK (SAN) SOLUTION Volume 2 of 2

Upload: mike97

Post on 18-Dec-2014

265 views

Category:

Documents


1 download

DESCRIPTION

 

TRANSCRIPT

Page 1: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 1 of 36 City of Seattle, DoIT 6/4/2002

DRAFT

CITY OF SEATTLE Department of Information Technology

PROPOSAL RESPONSE FORMS for a

STORAGE AREA NETWORK (SAN) SOLUTION

Volume 2 of 2

Page 2: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 2 of 36 City of Seattle, DoIT 6/4/2002

PROPOSAL PREPARATION INSTRUCTIONS:

Volume Two of this RFP provides all of the forms Proposers must complete to submit their proposals. Proposers should attach a copy of the licensing and maintenance agreement for the proposed system. Proposers should not submit any other materials. To prepare your proposal, follow the instructions: 1. Open the electronic version of Volume Two in your word processing application (MS

Word 2000). Note: this Volume has been assembled as a stand-alone document to assist Proposers in developing their proposal.

2. Complete all the forms in your word processing application, following the existing section and form numbering convention. Please remember to delete the text contained in brackets (i.e. the instructions) for each form.

3. When your proposal is finished, provide the proposal in accordance with the instructions

in Volume One, Section 2.6 of the RFP.

Page 3: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 3 of 36 City of Seattle, DoIT 6/4/2002

SECTION 1: ADMINISTRATIVE CERTIFICATIONS

FORM 1: PROPOSAL CERTIFICIATION

NOTE: The following items in this section are MANDATORY requirements.

[This form constitutes your proposal certification. Complete all information electronically, then sign your printed copy.] TO: Department of Finance Melody Mociulski, Director, Purchasing Services The undersigned Proposer hereby certifies as follows: That the Proposer’s proposal consists of the following documents: • A separately signed non-collusion certificate (Form 2); • Taxpayer Identification Number and Certification Request Form (Form 3) of this proposal, if applicable; • Proposal Forms 4-18; That the proposer’s proposal is valid for 90 days. Dated at_____________________________, this________day of ____________, 2002 Name: Signature:______________________________________________ Title:__________________________________________________ Company:______________________________________________

Page 4: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 4 of 36 City of Seattle, DoIT 6/4/2002

FORM 2: NON-COLLUSION CERTIFICATE:

NOTE: The following items in this section are MANDATORY requirements.

[This form constitutes your non-collusion certificate. Complete all information electronically, then sign your printed copy and have it notarized.] CITY OF SEATTLE NON-COLLUSION CERTIFICATE State of { } County of { } The undersigned, being duly sworn, deposes and says that the person, firm, association, co-partnership or cooperation herein named, has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in the preparation and submission of a proposal to the City of Seattle for consideration in the award of a contract for a Electronic Document Management System. ____________________________________ Name of Firm ____________________________________ Signature of Authorized Member Sworn to before me this _____________day of ______________, 20____________ ________________________________________________ Notary Public

Page 5: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 5 of 36 City of Seattle, DoIT 6/4/2002

FORM 3: PAYMENT INFORMATION AND QUALIFICATION FORM

NOTE: The following items in this section are MANDATORY requirements.

[Complete all information electronically, then sign your printed copy.] In order for the City of Seattle to make payments to you or to procure goods or services from you, we need the information requested on the attached Payment Information & Qualification form. The information about you will be entered into our computerized payment system and will allow us to make required reports to the Federal Government about our business and payment transactions. (For businesses and organizations, we regret that we cannot accept your Federal W-9 form instead of this form.)

If we do not receive a fully completed form from you within 20 days from the postmarked or e-mailed date: 1) The City may not be able to send you the money you are otherwise qualified to receive; or, 2) The City may be required to withhold 31% of the money you are eligible to receive in order to cover any

federal taxes you could owe as a result of receiving funds from the City. Note that you may not owe any taxes on the money, but if we do not have the information on the attached form, we have to assume you do owe taxes. We are required by federal law to send the 31% withheld to the Internal Revenue Service (IRS) and you will be sent only the remaining 69% of the money. Once a withheld amount is sent to the IRS, we cannot get it back. Rather, you will have to seek a refund as part of your individual or business federal tax process.

If you have any questions or concerns about: • a specific contract, grant, loan, invoice or payment, please direct them to the contact person identified

on the agreement. • this letter or the accompanying form, please contact Vendor Relations at (206) 684-8335. We thank you for doing business with The City of Seattle and look forward to a mutually satisfying business relationship. As an Equal Opportunity Employer, The City of Seattle consistently supports small and large businesses and seeks to create economic opportunities for all member of the City’s many diverse communities.

Page 6: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 6 of 36 City of Seattle, DoIT 6/4/2002

FORM 3: PAYMENT INFORMATION AND QUALIFICATION FORM

Page 1 of 3

To assure prompt and full payment, this W-9 form must be fully completed & returned within 20 days by FAX or MAIL (not both) to:

MAIL to: City of Seattle Contracting Services Vendor Relations

700 – 3rd Avenue #910 Seattle, Washington 98104-1808

FAX to: (206)684-0282

Page 7: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 7 of 36 City of Seattle, DoIT 6/4/2002

Page 8: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 8 of 36 City of Seattle, DoIT 6/4/2002

Page 9: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 9 of 36 City of Seattle, DoIT 6/4/2002

SECTION 2: TRANSMITTAL LETTER AND EXECUTIVE SUMMARY

FORM 4: TRANSMITTAL LETTER

NOTE: The following items in this section are MANDATORY requirements.

[Use this space to compose a cover letter for your proposal. A cover letter must certify that the initial cost information covers all expected application costs associated with the project as proposed. NOTE: The cover letter should not provide any actual cost or pricing information; this is accomplished in Section 5 the Financial Proposal.

The letter must be signed by an officer or employee empowered to legally bind the company.

The Proposer should also identify the person who will act as the primary contact throughout the proposal evaluation process. Include the person’s position in the organization, a mailing address, telephone number, facsimile number, and Email address.]

Page 10: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 10 of 36 City of Seattle, DoIT 6/4/2002

FORM 5: EXECUTIVE SUMMARY:

NOTE: The following items in this section are MANDATORY requirements.

[This should consist of a brief (no more than four (4) page) summary of the SAN solution that is being proposed, including a description of the configuration, hardware, and software. Describe your vision for your SAN product and how you intend to roll out your next generation product with expected new functions and new technology (1 page maximum). You may also use this form to summarize your firm’s qualifications, why your firm is pursuing this RFP and how it is qualified to respond to it.]

Page 11: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 11 of 36 City of Seattle, DoIT 6/4/2002

SECTION 3: PROPOSER BACKGROUND AND PROJECT TEAM INFORMATION

FORM 6: PROPOSER BACKGOUND AND QUALIFICATIONS:

NOTE: Proposer must answer all the questions to be considered compliant.

1. Proposer Information:

Name of Company Length of time in Business (years) Describe general types of disk storage hardware, software and services offered by company

Length of time in business of implementing hardware and software for SAN solutions (years)

Gross revenue for prior fiscal year (in US Dollars) Percentage of gross revenue generated by sales and implementation of SAN solution hardware and software.

Number of clients with the proposed SAN solution hardware and software installed.

Number of clients with proposed SAN hardware and software that installed initial solutions of 10 tera-bytes or greater.

Average number of attached Servers per installation for the proposed SAN solution hardware and software

Average amount of attached storage per installation for the proposed SAN solution hardware and software

Location of headquarters Location of field office that will service this account

Number of full time employees in Seattle area supporting proposed SAN solution hardware and software

Percentage of employees in research & development, customer support, and sales/marketing for the proposed SAN solution

Examples of 5 clients in which proposed SAN solution hardware and software solution has been implemented (i.e. similar to City of Seattle in size and complexity)

Page 12: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 12 of 36 City of Seattle, DoIT 6/4/2002

2. Please indicate any outstanding litigation related to storage management or related equipment, installations, projects, or software:

Page 13: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 13 of 36 City of Seattle, DoIT 6/4/2002

FORM 7: PROPOSER ROLE IN IMPLEMENTATION:

NOTE: Proposer must answer all the questions to be considered compliant.

The City would like to know how your SAN solution implementation team will be assembled and which roles are emphasized using your approach. Using the table below, identify the set of roles you are expecting to fill in to assist the City with installation, implementation and training of the system. Please note that we are not asking for specific names in this table, only roles. ROLE

Responsibilities Number of hours anticipated

(Example) System Analyst

(Example) Project Manager

Describe your approach to the tasks associated with the roles.

Page 14: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 14 of 36 City of Seattle, DoIT 6/4/2002

FORM 8: KEY PROJECT LEADS BACKGROUND INFORMATION:

NOTE: Proposer must answer all the questions to be considered compliant.

Complete the following table for each of the key project staff member who is fulfilling one or more of the roles listed on FORM 7. Include up to 3 customer references for each individual. Use your word processor’s copy and paste commands to create additional copies of this table. Please allow no more than two pages for each table.

List in the order of the roles listed on FORM 7.

Staff member name

Employee or subcontractor

Position in the company

Length of time in position

Implementation role

Previous work experience in proposed software

Technical skills and qualifications

Experience installing proposed system: Reference 1 Reference 2 Reference 3

• Customer name

• Contact person and phone number

• Application (i.e. Insurance claims, permit processing, etc…)

• Size of installation

• Project position/responsibilities

• Start date

• Scheduled end date

Page 15: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 15 of 36 City of Seattle, DoIT 6/4/2002

FORM 9: PROPOSER REFERENCES:

NOTE: Proposer must answer all the questions to be considered compliant.

Proposer must submit a minimum of 5 relevant references for hardware and software being proposed in this RFP. References should have sites that are approximately the same in size and complexity. Copy and paste additional tables as needed.

NOTE: The City will contact customer references, as well as any other customers and customer employees, subcontractors and others, not identified by Proposer, who have direct experience with the Proposer.

Reference SAN Solution:

Customer name

Contact name

Title

Size of initial installation

Phone number

Fax number

Software and version

Installation Date

Production Date

Page 16: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 16 of 36 City of Seattle, DoIT 6/4/2002

SECTION 4: SAN SOLUTION INFORMATION

FORM 10: FROM VOLUME 1: SECTION 1.5: FUNCTIONALITY:

[For each requirement, please check “YES” if the proposed system performs the functional capability completely without any modifications. If modifications are required, please check “YES, with modifications”, If your proposed system does not perform the functional requirement at all, please check “NO”.]

Proposer responses for this section will be scored based on the information provided in the EXPLANATIONS area. Proposer explanations will be limited to one (1) page per item and will be downgraded for explanations longer than one (1) page. FUNCTIONALITY YES NO YES,

with MODI-FICA-TIONS

EXPLANATIONS

A. The availability of data duplication software, Peer-to-Peer Remote Copy (PPRC) and point-in-time copy, supporting a re-synchronizing capability.

B. The ability to support storage partitioning with open-systems hosts. This includes native Fiber Channel attachment.

C. Ability to support additional logical volumes. D. Server-Free Data Movement (Server-free data movement is the exploitation of the SCSI copy extensions for server-free data movement within the SAN solution).

E. The ability to support network attached servers to the SAN solution using NAS gateways/bridges.

F. Automated Capacity Analysis (An automated summary of data growth, storage capacity growth and free space by attached server, operating system, file system type and file system. Ability to predict when the storage pool will run out of capacity by host, operating system and file system).

G. Automated Performance Analysis (Using a set of customizable policy definitions, performance analysis questions can be answered).

H. Ability to perform storage administrator functions via WEB interface.

I. Proposed SAN solution design must support attachment of any Fiber Channel capable storage.

J. The SAN solution design must support attachment of any Intel-Based and RISC-based server capable of Fiber Channel attachment.

Page 17: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 17 of 36 City of Seattle, DoIT 6/4/2002

FORM 11: FROM VOLUME 1: SECTION 1.6: TECHNICAL SYSTEM REQUIREMENTS:

[For each requirement, please check “yes” if the proposed system supports the requirement. If your proposed system does not satisfy the requirement at all, please check “no”.]

RFP Scoring shall consist of the following designations: (M) Mandatory: Vendor must meet or exceed this requirement and explain how their proposed

item(s) accomplishes this task. This category is either Pass or Fail at the discretion of the City’s evaluation team.

(H) Highly Desirable: Vendor is expected to meet or exceed this requirement or function and it will be

scored on a point system. Vendor must explain how their proposed item accomplishes this task.

(D) Desirable: Vendor is expected to meet or exceed this requirement or function and it will be

scored on a point system. Vendor must explain how their proposed item accomplishes this task. This category will be scored at a value less than the Highly Desirable category.

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

A. Storage Network Topology:

1 (M) Proposed SAN solution must provide support for multi -path (fail over, load balance) of the HBA for AIX OS.

2 (M) Proposed SAN solution must be certified by the Proposer for use with RS/6000 AIX 4.3.3 and AIX 5.1L.

3 (H) The interoperability of the fiber channel components (switches, hubs, bridges, Host-Bus-Adapters) used in the storage network have been tested at Proposer's customer site or a third party interoperability lab.

4 (H) The storage network is be based on open standard Fiber Channel. Today there are multiple industry organizations involved in creating standards for storage, storage management, SAN management and interoperability

B. Storage Network Ports:

1 (M) Storage network initially require 64 director channel switch ports (number can be higher for better performance).

Page 18: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 18 of 36 City of Seattle, DoIT 6/4/2002

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

2 (M) Storage network design must provide switch and hub components to meet the port count above regardless of switch ports required.

3 (H) Storage network has the capability of expanding to 3X the number of ports for future expansion.

4 (H) The SAN has SAN-to-SAN and SAN-WAN-SAN connectivity.

5 (H) Expansion of the topology has the capability of adding/removing fiber channel components without the loss of redundancy or performance.

C. Storage Network Redundancy:

1 (M) SAN solution must provide full redundancy so that no single path or fiber channel component (switch, hub,bridge, HBA) failure can prevent access to a storage pool.

2 (M) Each attached server on the storage network can be configured with a minimum of 2 Fiber Channel paths.

3 (H) Topology provides full redundancy so that no single path or fiber channel component (switch, hub, Bridge, HBA) failure can prevent access to the storage pool.

4 (H) Those applications (e.g. video) having specific performance requirements can be configured with sufficient paths to maintain performance in the case of path or switch failure.

5 (D) Storage Network Guaranteed Bandwidth. The storage consolidation will include at least one video application. Any video application attached to the storage network has the capability of being provided guaranteed bandwidth.

D. SAN Management:

1 (M) SAN solution systems administrator must have the ability to view, monitor and manage the storage pools.

2 (M) SAN solution systems administrator must have the ability to create logical connections between host systems and logical units (LUNs) on the storage network.

3 (M) SAN solution must have automated capacity planning and performance analysis tools.

4. The following items are highly desirable requirements for the SAN Manager:

a (H) The storage consolidation includes a SAN management element. SAN management element can be either a separate appliance attached to the SAN or software running on a server attached to the SAN. Proposers must describe the implementation methodology they are proposing.

b (H) SAN management element has redundancy. c (H) In the case of an appliance (computing element attached to the SAN), the appliance is clustered.

d (H) If the SAN management is running on an attached server, the server control has failover capabilities to another server.

Page 19: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 19 of 36 City of Seattle, DoIT 6/4/2002

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

e (D) SAN management element provides a common discovery agent for fabric monitoring and management.

f (D) The common discovery agent performs in-band and out-of-band monitoring, and management of systems, storage, and the SAN fabric elements.

g (H) The SAN management element supports the SNMP MIBs via an out-of-band connection and the Fiber Channel management MIB (switch link tables and zoning) via in-band paths.

h (H) SAN management element provides topology mapping (switch zones, host-to-storage and storage-to-host mappings)

i (H) SAN management element provides Event Monitoring. (The collection and consolidation of events, fault-isolation and problem determination in the SAN).

j (H) Event management element has drill-down capability to view configuration information, alert and failure information.

k. (H) Event monitoring has remote capabilities. Describe method of remote access.

l. (H) All the administrator functions are accessible with a WEB based interface.

E. Other Storage Network Features:

1 (M) Any solution offered by Proposer must be supported and certified by the Proposer for use with IBM’s Tivoli Storage Manager (TSM).

2 (M) SAN solution must support TSM’s LAN-Free Backup function. At the direction of a server, tape, optical, or disk storage, pools can be dynamically allocated to clients allowing backup, archive, or hierarchical space management information to be sent across the SAN directly to storage pools.

3 (H) SAN solution provides for the remote copy of LUNs or files across the SAN infrastructure.

4 (H) SAN solution must provide point-in time copy capability to support the attached application servers.

F. Storage Environment Requirements:

1 (M) SAN solution Proposer must supply all SAN components (i.e.,switches, hubs, bridges, host-bus-adapters, fiber infrastructure,etc.)for initial acquisition.

2 (M) SAN solution Proposer must insure compatibility of all components during the life of the contract with the City

3 (M) Should the SAN solution Proposer recommend a non-IBM component to be installed within an SP node, RS/6000 standalone, or the Regatta system, such component must not void the existing IBM maintenance contract or hardware warranty.

Page 20: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 20 of 36 City of Seattle, DoIT 6/4/2002

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

4 (M) Should the SAN solution Proposer recommend a non-IBM component to be installed within an SP node, RS/6000 standalone, or the Regatta system, such component must must be serviceable by IBM service technicians, with any additional cost the responsibility of the Proposer.

5 (M) Proposers will configure the initial capacity of the SAN for 10 terabytes of useable disk storage (storage pool).

6 (M) Proposer’s SAN solution must be upgradeable to 20 terabytes of usable disk storage (storage pool).

7 (M) Redundant components or redundancy for its major component groups is a requirement. This includes the following:

a. N+1 power

b. N+1 cooling c. Dual-Active controllers with failover (failover may be

host-based)

d. Mirrored write-caches e. Redundant host interfaces

8 (M) SAN solution must have RAID protected storage (subsystems must support RAID-5 and RAID-1 running concurrently on the subsystem with the option of active spare disk drives).

9 (M) SAN solution must have native Fiber Channel host interface with support of Fiber Channel fabric attachments, Class-2 service.

10 (M) SAN solution must have dynamic configuration when the subsystems are pre-configured with specified RAID Groups, RAID levels and LUN sizes when installed on the storage network.

11 (M) SAN solution must have the capability of dynamically changing its configuration under the control of the SAN system administrator.

12 (M) SAN solution must have remote maintenance failure notification with “call home” feature.

13 (M) SAN solution must have remote management access as a function of its design.

14 (H) SAN solution must support Concurrent Maintenance capabilities (all maintenance activity will be done concurrently while the subsystem is active on the storage pool. This includes dynamic replacement of the major component groups, capacity upgrades and microcode updates). Proposer must describe how this accomplished

15 (H) The storage subsystems support Variable LUN sizes up to 500GB LUNs (The importance is the LUN presented to the application server. If the storage network management controls the presentation of logical LUNs to the attached servers transparent to the physical LUNs on the subsystems, this is fully acceptable).

16 (H) Provides LAN attached interface to storage sub-systems for WinNT 4.0, Win 2000, NetWare 5.x and 6.x, and Linux servers.

Page 21: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 21 of 36 City of Seattle, DoIT 6/4/2002

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

G. SAN solution (hardware and software) Requirements:

1 (M) SAN solution shall include efficient hot swap disk capacity.

2 (M) SAN solution must incorporate the City’s existing IBM SSA 18.2 Gigabyte drives (16 drives times 18.2 Gig capacity times 12 drawers) in the proposed SAN solution or Proposer must replace the existing IBM SSA 18.2 Gigabyte drives with an equivalent amount of storage as part of this RFP. This disk storage is NOT included in the requirement for 10 terabytes of usable storage.

3 (H) All components in SAN solution shall be redundant. Indicate which, if any, components are not redundant.

4 (H) SAN solution internally uses fiber channel-connected or comparable disks. Discuss performance capability and future roadmap If system does not use fiber channel-connected disks.

5 (H) SAN solution is scalable in-place to minimum of 20 TB within initial hardware footprint.

6 (H) SAN solution allows for the addition of extra disks while the system is online and in production.

7 (H) SAN solution supports connectivity for Windows NT 4.0/2000 and Unix, AIX, Linux servers.

H. Connectivity Requirements:

1 (M) Network Attached Storage (NAS) gateway/bridges shall support existing 100 Megabit/1 Gigabit Ethernet environment in the City.

2 (M) SAN solution shall support direct/native connection to the IBM 3590 tape drive hardware in the TSM environment.

3 (M) SAN solution provides for initial connections for 22 AIX Servers and the Regatta.

4 (M) SAN solution shall include dual PCI-HBA adapters for the initial 22 AIX Severs.

5 (H) SAN solution provides for initial connections for 5 Windows NT4.0/2000 servers and 5 NetWare 5.x/6.x servers with multiple adapters per server.

6 (H) SAN solution server-to-server connectivity scales to 36 fiber attached servers without additional connectivity equipment.

7 (H) Proposer shall include a list of necessary costs for attaching any support for additional servers via redundant connections.

8 (H) Proposer shall specify and including dual PCI-HBA adapters for each of 5 initial Windows and Netware servers.

9 (D) Proposer shall specify and include dual PCI-HBA adapters for 5 UNIX-based servers (LINUX, etc).

10 (H) Solution supports additional 150 network attached Windows NT4.0/Win2000, NetWare servers without additional connectivity equipment.

Page 22: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 22 of 36 City of Seattle, DoIT 6/4/2002

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

11 (D) Support for servers up to 100 meters from SAN solution is required.

I. Application Certification Requirements:

1 (M) SAN solution hardware and software provided by the Proposer must be fully compatible with IBM’s Tivoli Storage Manager (TSM) operating in an AIX 4.3.3 and 5.1L environment.

2 (M) The SAN solution proposed must certified by the Proposer for the following:

a) Microsoft Windows NT4.0/2000 servers. b) Novell NetWare 5.x/6.x Servers. c) Citrix Metaframe servers. d) Linux servers. e) HP-UX servers. f) SUN Microsystems servers.

J. Storage Management Requirements:

1 (M) SAN solution must support changing volumes/logical units [LUNs] “on-the-fly”.

2 (M) SAN solution must support “snapshot” volume copying.

3 (M) SAN solution must support providing LUN security. 4 (M) SAN solution must support NT server clustering. 5 (M) SAN solution must support Netware server clustering. 6 (M) SAN solution must support performance analysis and storage use (reporting).

7 (M) Proposer must provide copies of sample reports for performance analysis and storage use as part of this RFP.

8 (H) SAN solution should support telephone paging functionality.

9 (H) Proposer should Indicate with which network management systems SAN solution is compatible with.

10 (H) SAN solution should have Browser-based GUI management interface an this interface provides support for all SAN solution management functions.

11 (H) SAN solution should support local and remote replication/mirroring capability but shall not be used initially.

K. Performance Requirements:

1 (M) Customer site references must be from sites with multiple Oracle databases in a minimum of 5 terabytes or higher storage serviced by their SAN solution.

2 (M) Customer site references must be from sties with a minimum of 10 independent RS/6000 or other UNIX-type servers each operating an Oracle database with multiple instances.

Page 23: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 23 of 36 City of Seattle, DoIT 6/4/2002

TECHNICAL SYSTEM REQUIREMENTS (Mandatory, Highly Desirable & Desirable)

YES NO EXPLANATION

3 (M) Proposer shall provide an architecture with four 9’s data availability built into the product design in order to support redundant fabrics and high availability.

Page 24: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 24 of 36 City of Seattle, DoIT 6/4/2002

FORM 12: FROM VOLUME 1: SECTION 1.7: MAINTENANCE AND SUPPORT:

Maintenance Requirements: YES NO EXPLANATION

A (M) Should the SAN solution Proposer recommend a non-IBM component to be installed within an SP node, RS/6000 standalone, or the Regatta system, such component must must be serviceable by IBM service technicians, with any additional cost the responsibility of the Proposer.

B (M) Proposer shall provide 7 days x 24 hours x 365 day support for 3 years of operation, which includes on-site service and parts.

C (M) Proposer provide a warranty for the entire SAN solution, including both hardware and software.

D (M) Proposer must provide firm cost estimates for the subsequent years after the initial warranty period for all products and services provided to the City, specifying all services and products costs that are included in the 5 year maintenance contract.

E (M) The Terms and Conditions in the above 5 year maintenance contract must be extended to any additional SAN solution hardware and software items purchased via this contract.

F (M) Hardware and software maintenance contract levels of support shall be extensible on an annual basis beyond the intial 5 year contract.

G (M) Maintenance costs for subsequent years must not exceed the generally accepted standard of 5% per year after the first year.

H (M) Proposer must provide a copy of the maintenance and support agreement that will be used with the proposed SAN solution.

I (H) Proposer provides an initial 3 year warranty for the SAN solution.

FORM 13: FROM VOLUME 1: SECTION 1.7: MAINTENANCE AND SUPPORT AGREEMENT:

(M) Proposer must provide a copy of the their maintenance and support agreement that will be included in the contract between the parties.

[Provide a copy of the maintenance and support agreement you are proposing as part of the proposed system and label it as ‘FORM 13”.]

Page 25: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 25 of 36 City of Seattle, DoIT 6/4/2002

FORM 14: FROM VOLUME 1: SECTION 1.8: TRAINING REQUIREMENTS:

Training Requirements: YES NO EXPLANATION

A (M) Proposer provides pre-installation training on the proposed SAN solution for up to five (5) City of Seattle DoIT staff.

B (M) Training shall cover all relevant hardware and software that shall be used during the use, maintenance, and troubleshooting of the SAN solutions being deployed.

C (M) Proposer shall provide post-installation and evaluation follow-up training at City of Seattle DoIT location.

D (M ) Proposal itemizes costs for all the training. TRAINING PLAN:

Complete the following table describing your training approach for the positions indicated.

POSITION Training Course(s) /

Location Hours of training provided

SAN Administrator

Operator

Other(*)

*Other category needs to be identified by positon name.

Page 26: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 26 of 36 City of Seattle, DoIT 6/4/2002

FORM 15: FROM VOLUME 1: SECTION 1.9: CONVERSION REQUIREMENTS

Based on the requirements of the RFP, provide a summary (limited to no more than 5 pages) of the proposed system implementation approach in this Volume. The elements included in the Proposer’s response should be:

NOTE: PROPOSERS MUST AGREE TO PROVIDE THE INFORMATION IN SECTION 1.9.A IF THEY ARE SELECTED AS THE APPARENT SUCCESSFUL PROPOSER. SECTION 1.9.A WILL BE COMPLETED DURING CONTRACT NEGOTIATIONS AND SHALL BECOME PART OF THE CONTRACT.

A. PLANNING REQUIREMENTS:

Planning Requirements: YES NO EXPLANATION

1 (M) Proposer shall provide a implementation plan with a detailed agenda. The project plan must cover the entire implementation from planning to final acceptance, including number of work days they shall require for the installation, testing and acceptance phases described below. The implementation plan shall include a description of the Proposer’s project management and quality assurance methodology.

2 (M) Proposer shall detail staff requirements and tasks of city staff as well as the staff of the Proposer in their plan.

3 (M) Proposer must detail the staff time and costs in its overall plan for testing and acceptance phases.

4 (M ) Proposer must provide information in a format that is easy for city staff to evaluate the Proposer’s response.

Please describe your approach to implementation addressing the following areas:

• System installation: Describe your approach to installation. • System testing: Identify the process through which the system is evaluated in order to ensure

that appropriate functionality has been implemented. • System acceptance: Identify the criteria and metrics used to determine whether or not the

system has been adequately tested and certified ready for use by the City. • System production support: Identify and describe the approach to the level and type of training

support that will be provided to DoIT staff • Project Management and Quality Assurance: Describe your metholdogy for project

management and quality assurance throughout the engagement.:

Page 27: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 27 of 36 City of Seattle, DoIT 6/4/2002

TASK

TASK Description

Staff Title/Role

Estimated hours assigned to Task

CITY STAFFING ESTIMATES

Please indicate the role and amount of time required from DoIT staff in your implementation approach, including specific task assignments.

TASK

TASK Description

Staff Title/Role

Estimated hours assigned to Task

PROJECT ORGANIZATION CHART

Please provide an organization chart that depicts your team’s organization and the anticipated relationships between the team and DoIT.

Page 28: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 28 of 36 City of Seattle, DoIT 6/4/2002

B. Installation requirements:

Installation Requirements: YES NO EXPLANATION

1 (M) Proposer must agree to install the SAN solution, both during and if necessary, outside regular business hours as determined by the City to lessen possible impacts on existing production environment.

2 (M) Proposer shall perform all installations with City of Seattle DoIT supervision.

3 (M) Proposer shall remove and dispose of all packaging and shipping materials.

4 (M ) Proposer shall specify any environmental requirements including, but not limited to, AC power, physical space, HVAC, etc.

5 (M) Prior to delivery, Proposer shall provide physical space requirements for moving the SAN solution into the DoIT location (e.g.:height, width, weight, etc.).

6 (M) Proposer must conform to and use the City’s Change Management process for hardware and software item adds, changes and deletions.

7 (M) Proposer’s solution equipment cannot exceed elevator limitations of the following:

a) Depth is 8’ 10’.

b) Width is 5’ 5’’.

c) Angle length is 12’.

d) Weight capacity is 4,500 lbs.

8 (M) Proposer’s solution equipment cannot exceed floor limitations of the following:

a) Weight of 7.0 lbs per sq. ft. for SYSTEM WEIGHT.

b) Concentrated loads of 1,250 lbs for STATIC LOADS.

c) Bottom surface deflection of 0.100” for STATIC LOADS.

d) Uniform loads of 300 lbs per sq. ft for STATIC LOADS.

e) Ultimate loads of 3,800 lbs for STATIC LOADS.

f) 10,000 passes of 500 lbs for ROLLING LOADS.

g) Weight of 150 lbs for IMPACT LOADS

Page 29: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 29 of 36 City of Seattle, DoIT 6/4/2002

C. Testing Requirements:

Testing Requirements: YES NO EXPLANATION

1 (M) Proposer shall test all SAN solution hardware and software after installation and provide certification that all SAN solution systems are functionally normally after the 45 day Acceptance Period of the contract.

2 (M) Proposer agrees to provide SAN solution hardware and software orientation on-site to City of Seattle staff to meet the test plan objectives negotiated in the contract.

3 (M) Proposer will test redundancy on the multi -path HBA failover for successful operation.

4 (M ) Proposer must agree to provide assistance for the SSA to SAN storage conversion.

5 (M) Proposer must explain how it will maintain and insure that high levels of performance are delivered in their proposed SAN solution.

6 (M) Proposer must provide documentation on City’s SAN solution, including, but not limited to, initial setup, configuration, installation options and other specific site parameters and information.

Page 30: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 30 of 36 City of Seattle, DoIT 6/4/2002

FORM 16: FROM VOLUME 1: SECTION 1.10: LICENSING COSTS

Licensing Costs: YES NO EXPLANATION

A (M) Proposer must provide detailed information on all software and associated licensing costs that the City must purchase and maintain in order to effectively and efficiently use its proposed SAN solution during the life of the contract.

B (M) Proposer must provide all initial license costs for both hardware and software for the SAN solution, the type of license (own, perpetual, etc) and the maintenance costs for each license over the term of the contract.

C (M) Proposer must provide detailed information on the basis for calculating licenses costs for each license upgrade to acquire newer versions and functionality.

D (M ) Proposer must provide copies of all software agreements associated with their SAN solution.

[Please provide a copy of the your Software Licensing Agreements for the proposed system.]

Page 31: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 31 of 36 City of Seattle, DoIT 6/4/2002

SECTION 5: FINANCIAL INFORMATON

FORM 17: FROM VOLUME 1: SECTION 1.11: FINANCIAL PROPOSAL

[Proposers’ proposals must complete the comprehensive cost statement presented on the following pages. All costs are to be contained in this statement.] For purchase by the City of Seattle, use table below: Initial Acquisition Initial

Investment Year 1 Year 2 Year 3 Year 4 Year 5

Hardware

Software

Installation

Maintenance

Licenses

Training

Other* *Explain

TOTALS

TOTAL COST OF INITIAL ACQUISITION: $_______________________________

Page 32: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 32 of 36 City of Seattle, DoIT 6/4/2002

For Proposer Financing option, use the table below: Initial Acquisition Initial

Investment Monthly amounts: Assume 60 months.

Hardware

Software

Installation

Maintenance

Licenses

Training

Other* *Explain

TOTALS

TOTAL COST OF INITIAL ACQUISITION: $_______________________________

Page 33: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 33 of 36 City of Seattle, DoIT 6/4/2002

Additional Mandatory Information and Requests: 1. City of Seattle wants a “fixed price” or “not to exceed” financing contract: 2. If Proposer offers a financing option(s), City of Seattle wants the interest rate to calculate monthly

payments. 3. A copy of the Proposer’s last 3 audited annual reports must be submitted as part of this RFP. These should

include balance sheets, income statements, statements of cash flows and notes to the financial statements or an annual report on Form 10-K for the last 3 preceding years.

Page 34: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 34 of 36 City of Seattle, DoIT 6/4/2002

Page 35: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 35 of 36 City of Seattle, DoIT 6/4/2002

SECTION 6: CONTRACT INFORMATION

FORM 18: FROM VOLUME 1: SECTION 1.12: CONTRACT REQUIREMENTS

[Appendix A includes the City’s installation terms and conditions. Indicate any required changes to the proposed terms here. Provide your preferred contract language for any changes to the terms.]

Page 36: DRAFT CITY OF SEATTLE

SAN Solution RFP Page 36 of 36 City of Seattle, DoIT 6/4/2002