Point Of Contact Not Available
The United States Geological Survey intends to make a non-competitive award in accordance with FAR Part 13.106(b) for a base year and two option years contract to Auristor Inc., located in New York, NY for file system software to replicate the contents of its virtual webservers in order to provide consistent, accurate, and reliable content to the public.
The Government requires AuriStorFS in order to continue running three replicated and geographically distinct server farms, which provide web services for approximately 160 virtual web servers for the USGS. AuriStorFS will replace OpenAFS as the mechanism for file system replication. AuriStorFS is a closed source proprietary product.
File system software and support services require the following technical requirements:
USGS technical personnel must have the ability to support a location transparent file system with one uniform global file system name space distributed across three physical locations and one cloud instance.
Client accessibility from mobile devices, such as iOS and Android cell phones and tablets, as well as from Microsoft Windows-based and Apple (MacOS X) laptops and workstations. Client access for content management is also required from RedHat Enterprise Linux, CentOS, Microsoft Windows, and Solaris 10/11 servers.
Client software must be certified to support Windows 10.
Support for the Amazon Web Services (AWS) Cloud.
Server software must support heterogeneity of platform operating systems including a mix of the following:
RedHat Enterprise 6 and 7, 64-bit
CentOS 6 and 7, 64-bit
Solaris 10/11 SPARC and x86
Backend storage supported must include support for network attached storage (NAS), storage area networks (SAN), and AWS cloud storage.
Software must be 100% backward compatibility with IBMî AFSî and OpenAFSÿ2 clients and servers.
Must support USGS federated GSS-API and Microsoft SSPI Kerberos v5 authentication.
Must support AES-256 encryption, or higher.
Must support per-object and per-volume access control lists.
Must be IPv6 capable.
Must support event/audit logging consistent with current NIST guidelines.
The proposed action will be awarded in accordance with FAR Part 13 Simplified Acquisition Procedure.
All Inquires shall be addressed to the Contracting Officer Gerald Lewandowski at
[email protected]. All inquiries shall be received in their entirety no later than 03:00pm EST on September 14, 2017. Inquiries by means of hardcopy, the FedConnect web portal or Fed Connect Message Center will not be accepted or considered.
NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned.
This notice and any resulting in a solicitation or purchase order conforms to the requirements in place through FAC 2005-95, dated 19 Jan 2017. The North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming services, size standard $27.50 million.
Bid Protests Not Available