1

OaktonCommunity CollegePage 1
Proposal #12

OaktonCommunity College Purchasing Department

1600 East Golf Road

Room 1540

Des Plaines, IL60016-1268

(847) 635-1635

Proposal Number: 12

Date December 6, 2007

Date Due: Thursday , December 20, 2007 Time Due: 2:00 p.m.

REQUEST FOR PROPOSAL

Inquiry only, this is not an order.

SAN Storage System

1.)Vendors are invited to submit a proposal for one or more of the SAN or SAN/NAS storage systemslisted on the attached sheets. See the specifications list on page 5 & 6 for EMC, page 8 & 9 for EqualLogic. The College will also accept proposals for NetApp FA3000 Series arrays configured similarly to the EMC. Vendors who have multiple products that meet specifications can submit multiple proposals with the appropriate pricing sheets.

2.)The College will award the SAN storage purchase to the selected vendor based on what is in the College’s best interest using a selection criteria grounded on pricing, warranty, service, specified components and total cost of ownership.

3.)All vendors must be manufacturer authorized resellers of the products they submit.

4.)All quantities are estimates based upon available budget. The College reserves the right to modify the quantity before the final purchase is awarded. In addition, the College reserves the right to modify the specifications before the final purchase is awarded. This may be due to the possibility of incompatible components, discontinued items, or introduction of new components from manufacturers, etc…

Continue on Page 3

Vendor Please Note:

1)Attach complete specifications for any3)Show above inquiry # on all proposals

substitutions offered

4)Mail Proposal to:

OaktonCommunity College

1600 E. Golf Rd. Room 1540

2)All Proposals subject to acceptanceDes Plaines, IL60016

on our usual purchase order form.

Firm NameBy

AddressTitle signed

City/State/Zip Date Telephone E-Mail

INSTRUCTIONS TO VENDORS

1.Forms:Proposals should be submitted on the form provided. Envelopes should be marked “Sealed Proposal For...” Proposals cannot be accepted via fax machines.

2.Specifications:Generally, where specifications indicate a particular brand or manufacturer’s catalog number it shall be understood to mean that or equal, unless “no substitutes” is specified. When offering alternates, they must be identified by brand name and catalog number and manufacturer’s literature included..

3.F.O.B. Point:All prices must be quoted F.O.B. destination. Shipments shall become property of Oakton after delivery and acceptance.

4.Delivery Points: Deliveries will be to the various buildings within the district, as indicated.

5.Delivery Schedule: Proposals must specify delivery time. Unrealistically long delivery times may cause proposal to be rejected. Order may be canceled without obligation if delivery requirements are not met.

6.Evaluations: OaktonCommunity College reserves the right to reject any and all proposals, to waive any technicalities in the proposals, and to award each item to different vendors or all items to a single vendor.

7.Vendor Selection: All purchases will be award to the vendor who meets all the requirements of the specifications. The college will award the purchase to the selected vendor based on what is in the College’s best interest using a selection criteria grounded on pricing, warranty, service, specified components and total cost of ownership.

8.Prices:Prices, terms, and conditions must be firm for acceptance for sixty (60) days from date of proposal opening unless otherwise agreed to by District #535 and vendor.

9.Quantities: Quantities show may be estimates only and orders may be more or less depending on actual requirements and budget limitations.

10.Exceptions: Any exceptions to these terms, conditions or deviations from written specifications must be shown in writing and attached to the proposal form.

11.Tax Exemptions: Oakton Community College District #535 is exempt from Federal, State, and Municipal taxes. Exemption certificates may be furnished upon request.

12.EqualEmploymentOaktonCommunity College is an equal opportunity employer, and parties doing Opportunity Clause/business with the College must comply with the Equal Employment Opportunity Clause Prevailing Wage: as required by the Illinois Fair Employment Practices Commission. Not less than the prevailing wage shall be paid for labor on the work to be performed as required by law.

13.Non-Collusion The vendor or agent hereby declares that he, nor any other agent of his business, entered Clause: into any collusion or agreement relative to this proposal.

He further declares that no persons, firms, or corporations, have or will receive directly, any rebate, fee, gift, commission, etc., or that any employee or Board of Trustee member of Community College District #535 has any undisclosed interest in the award of this contract.

5.)Vendors will be required to list [3] references where they have sold comparable systems. Please refer to page 11for required customer reference information that will include at least the following: (this will be confidential)

a)Company Name

b)Contact Name

c)Phone Number

d)Project description

6.)Please include a company profile that includes at least the following: (this will be confidential)

a)Years in business

b)Number of employees

c)Number of locations

d)Size of facility

e)Annual Sales

7.)The Purchasing Department will verify all price calculations. In the event of an error, the unit price will prevail and the total will be adjusted accordingly. The new adjusted total will be used when awarding an item. All pricing listed on the vendor’s response to this “Request for Proposal” (RFP) is final. Price increases for component parts CAN NOT be passed on to the College. The vendor must absorb all price increases. Pricing must be valid for 60 days from the proposal opening.

8.)All items purchased must be new. Refurbished, used or “gray market” equipment will not be accepted

9.)Based upon past practice, the College may consider payment discount terms.

10.)Pricing must include all shipping and handling charges to the College

11.)Any equipment arriving “DOA” will be replaced within 48 hours of the College’s discovery of the failed equipment.

12.)The College is exempt from all taxes.

13.)If your company cannot submit a proposal for any of these items, please return this sheet marked as “No Bid”.

Continue on Page 4

14.)Because this is a sealed proposal, the College cannot accept pricing over the phone or fax machine. If you are sending a proposal response back to the College via an overnight carrier or your own return envelope, you MUST write your company name, the proposal number and the due date on the outside of the envelope.

15.)Project Description: If the EMC option is chosen the SAN system will be configured to replace an existing CX600 storage system and some FC LUNS will be replicated to a CX500 using an existing McData FC/IP SAN routing infrastructure. If the EqualLogic option is chosen, The PS300E arrays will be located at the college's Skokie campus as a replication target.

16.)Installation or professional services required by the manufacturer should be included in the proposal response and broken out if not explicitly listed in the specifications. Any additional professional services (if needed) will be purchased separately. Please include a separate sheet detailing additional professional services available if desired.

17.)This college's IT staff has extensive experience with Fibre Channel SAN's and IP networking and anticipates doing most of the configuration in house, including all host configuration.

18.)The decision to accept any of the optional items within each product will be made prior to issuing the purchase order. If any of the options are selected, they must be installed into the system at no extra charge for the installation.

19.)Because the purchase will not be officially approved until the January 22, 2008 Board of Trustees meeting, the College is willing to provide a Letter of Intent on December 21, 2007 to allow your company to record the sale for 2007. Please note that the order is not 100% guaranteed until it’s approved by the Board on January 22, 2008 and a Purchase Order is issued.

20.)Technical questions concerning this proposal should be directed to Dan Ridolfi, Manager of Systems Administration and Operations, at (847) 635-1772, , or John Wade, Director of Systems and Network Services, at (847) 635-2602, and business related questions should be directed to Wayne Szatkowski, Purchasing Manager, at (847) 635-1635, .

Proposal Schedule:

Proposals due: 2:00 PM, on Thursday, December 20, 2007.

Letter of Intent issued (if required): Friday, December 21, 2007

Proposal approved by the Board of Trustees: Tuesday, January 22, 2008.

Purchase order issued: Thursday, January 24, 2008

Delivery required: As soon as possible after January 24, 2008.

EMC Unified Platform NS42f w/Mirrorview A & Snapview Specifications

Qty / Part # / DESCRIPTION / Unit Price / Extended
1 / NS42F-A / NS40 2DM-4GB-4-IO -8-FC
1 / RACK-40U-60 / 40U COMMON RACK - 4 PDP
4 / NS-4PDAE / NS INT EXP DAE
1 / NS40F-CS / NS40F CTRL STATION
1 / NS40-AUXF / NS40F ARRAY 8 FC
2 / NS-4G15-300HS / 300GB 15K 4GB FC 520BPS HS
37 / NS-4G15-300 / 300GB 15K 4GB FC 520BPS
14 / NS-SA07-750 / 750GB 7200RPM SATA II 512BPS NSTAR
1 / NS-SA07-750HS / 750GB 7200RPM SATA II 512BPS NSTAR HS
1 / V-NS407315K / VAULT PACK NS40 73GB 15K 4GB DRIVES QTY 5
1 / PW40U-60-US / RACK-40U-60 PWR CORD US
1 / NS2-AUXFCBLS / CABLE KIT: 2 NS BLADES TO AUXF ARRAY
1 / UTIL-LNX / LINUX SOFTWARE UTILITY KIT
1 / NAVAGT-WINKIT / NAVI AGENT WINDOWS MEDIA
1 / NAVAGT-LNXKIT / NAVI AGENT LINUX MEDIA
1 / NAV-ENKIT / NAVI ENTERPRISE MEDIA
1 / NAVAGT-VMWKIT / NAVI AGENT VMWARE MEDIA
1 / NQM-KIT / NAVISPHERE QOS MANAGER MEDIA KIT
1 / CX34F-KIT / CX3-40F DOCS AND RTU KIT
1 / UTIL-WIN / Windows Software Utilities
1 / SV3-KIT / SNAPVIEW MEDIA CX3-XX SER
1 / MVA3-KIT / MIRRORVIEW A MEDIA KIT
1 / MODEM-US / UNITED STATES MODEM
1 / NAV34-EN / NAVI MGR CX3-40 ENTPR LIC
1 / NS-ISCSI-DCD / CELERRA ISCSI APP DCD
1 / NS40-IS-CI-L / NS40 ISCSI WITH CIFS
1 / NS40-C-DCD / DOC & CD: NS40+CLAR
1 / NQM34 / NAVISPHERE QOS MANAGER FOR ANY CX3-40
1 / NS40-FCOPT-L / NS40 FC PORT OPTION ENABLED LICENSE
1 / NS42C-CIFS-L / CELERRA NS42C CIFS LIC
1 / SV34 / SNAPVIEW CX3-40
1 / MVA34 / MIRRORVIEW/A CX3-40
Q4 Free Education
1 / CE-VALPAKSAN / SAN VALUEPAK
Switches (2) 32-port switches w/24 ports active
2 / DS5000B-8U-00 / 5000B 8-PORT UPGRADE
2 / DS-5000B-00 / BRCD 32-PORTS W/16 ACTIVE
2 / DSB2RK40-FD / DS8B/16B RK-VARIABLE

Continue on Page 6

EMC Unified Platform NS42f w/Mirrorview A & Snapview Specifications - Continued

Installation Services & (3) Years HW/SW Support
1 / M-PRESW-001 / PREMIUM SOFTWARE SUPPORT
1 / M-PRESW-004 / PREMIUM SW SUPPORT - OPEN SW
1 / PS-BAS-NS6 / NS INTEGRATED IMP QSES
1 / PS-BAS-PMBLK / COMMERCIAL PMGMT 4HRS QS
2 / PS-BAS-SABLK / COMMERCIAL SA 4HOURS QS
Existing Array Upgrade and Services
1 / Upgrade Existing CX500 Array to appropriate FLARE release to support MirrowView/A to the NS40
Total Cost - Base System / $

Option A. Downgrade to 10K RPM Disks

Downgrade from 15K RPM to 10K RPM Fibre Channel Disk: (39) 300GB Drives and (5) 73GB Vault pack.
Total Cost - Base System with Option A / $

Option B. Support for Year Four

1 / Upgrade all EMC Software and Hardware maintenance for all items - Year 4
Total Cost - Base System + Option B / $

Option C. Support for Years Four and Five

1 / Upgrade all EMC Software and Hardware maintenance for all items - Years 4 and 5 / $ / $
Total Cost - Base System + Option C / $

EMC Unified Platform NS42f w/Mirrorview A & Snapview Pricing Summary Sheet

Base Unit EMC Unified Platform NS42f System Pricing

QuantityDescription Total

1EMC Unified Platform NS42f with:$

300GB, 15K RPM FCdisks (11.1TB RAW)

750GB SATA disks (10.5TB Raw), Snapview, Mirroview/A.

Upgrade of exisiting CX500 Array to support Mirroring to the NS42

3 years of support and maintenance as described on page 5 and 6.

Delivery can be made within ______days.

Optional Upgrades/Downgrades: The decision to accept any of the optional items within each product will be made prior to issuing the purchase order. If any of the options are selected, they must be installed into the system at no extra charge for the installation.

A.)Downgrade from 15K RPM to 10K RPM Fibre Channel Disks: (39) 300GB Drives and (5) 73GB Vault pack. (This option may or may not be purchased based upon budget availability, please indicate “No Bid” if this option is not available)

Grand total for all items in Option A (See specs on page 6)$

B.)Upgrade all EMC Software and Hardware maintenance for all items - Year 4. (This option may or may not be purchased based upon budget availability, please indicate “No Bid” if this option is not available)

Grand total for all items in Option B (See specs on page 6)$

C.)Upgrade all EMC Software and Hardware maintenance for all items - Years 4 and 5. (This option may or may not be purchased based upon budget availability, please indicate “No Bid” if this option is not available)

Grand total for all items in Option C (See specs on page 6)$

Company:

Signature:

E-mail:

EqualLogic PS Series Arrays Specifications

Only one of the following two options will be chosen if EqualLogic is selected

Option A - one PS-400E,one PS-300E, and three PS-3900XV Arrays with Support

Qty / Part # / DESCRIPTION / Unit Price / Extended
1 / PS-400E / Equallogic PS-400E Array with:
Dual hot-swappable controllers each with a dual-core 64-bit RISC processor
2GB memory, 72 hour battery backup
Dual hot-swappable power supplies and fans
3 redundant Gigabit Ethernet ports for iSCSI connectivity
(14) 750GB 7200rpm SATA-II disk drives for 10.5TB raw capacity
Included PS Series Software
1 / PS-300E / Equallogic PS-300E Array with:
Dual hot-swappable controllers each with a dual-core 64-bit RISC processor
2GB memory, 72 hour battery backup
Dual hot-swappable power supplies and fans
3 redundant Gigabit Ethernet ports for iSCSI connectivity
(14) 500GB, 7200rpm SATA-II disk drives for 7TB raw capacity
Included PS Series Software
3 / PS-3900XV / Equallogic PS-3900XV Array with:
Dual hot-swappable controllers each with a dual-core 64-bit RISC processor
2GB memory, 72 hour battery backup
Dual hot-swappable power supplies and fans
3 redundant Gigabit Ethernet ports for iSCSI connectivity
(16) 300GB, 15000rpm SAS disk drives for 4.8TB raw capacity
Included PS Series Software
5 / 95-0075 / 3 Year Complete Care Plus Support Full PS Series Array
Includes
• 24 hour Priority Online / Telephone Support
• Hardware Support - - 4 hour Onsite Advanced Hardware Replacement
• Software Support and Updates
• New Feature Upgrade Service
• Remote Installation Service
Grand Total Option A

EqualLogic PS Series Arrays Specifications - Continued

Option B Three PS-400E,one PS-300E, and one PS-3900XV Arrays with Support

Qty / Part # / DESCRIPTION / Unit Price / Extended
3 / PS-400E / Equallogic PS-400E Array with:
Dual hot-swappable controllers each with a dual-core 64-bit RISC processor
2GB memory, 72 hour battery backup
Dual hot-swappable power supplies and fans
3 redundant Gigabit Ethernet ports for iSCSI connectivity
(14) 750GB 7200rpm SATA-II disk drives for 10.5TB raw capacity
Included PS Series Software
1 / PS-300E / Equallogic PS-300E Array with:
Dual hot-swappable controllers each with a dual-core 64-bit RISC processor
2GB memory, 72 hour battery backup
Dual hot-swappable power supplies and fans
3 redundant Gigabit Ethernet ports for iSCSI connectivity
(14) 500GB, 7200rpm SATA-II disk drives for 7TB raw capacity
Included PS Series Software
1 / PS-3900XV / Equallogic PS-3900XV Array with:
Dual hot-swappable controllers each with a dual-core 64-bit RISC processor
2GB memory, 72 hour battery backup
Dual hot-swappable power supplies and fans
3 redundant Gigabit Ethernet ports for iSCSI connectivity
(16) 300GB, 15000rpm SAS disk drives for 4.8TB raw capacity
Included PS Series Software
5 / 95-0075 / 3 Year Complete Care Plus Support Full PS Series Array
Includes
• 24 hour Priority Online / Telephone Support
• Hardware Support - - 4 hour Onsite Advanced Hardware Replacement
• Software Support and Updates
• New Feature Upgrade Service
• Remote Installation Service
Grand Total Option B

Option C. Switch from 3 Years of Support to 4 Years of Support

5 / 95-0302 / Add 4 Year Complete Care Plus Support / $ / $
-5 / 95-0075 / Remove 3 Year Complete Care Plus Support / $ - / $ -
Total Cost difference to switch from 3 years of Support to 4 years / $

Option D. Switch from 3 Years of Support to 5 Years of Support

5 / 95-0301 / Add 5 Year Complete Care Plus Support / $ / $
-5 / 95-0075 / Remove 3 Year Complete Care Plus Support / $ - / $ -
Total Cost difference to switch from 3 years of Support to 5 years / $

EqualLogic PS Series ArraysPricing Summary Sheet

Only one of Either Option A or Option B will be chosen if EqualLogic is selected.

Option A - one PS-400E, one PS-300E and three PS-3900XV with Support

Description Grand Total

one PS-400E, one PS-300E and three PS-3900XV with Support$
Total raw capacity, 17.5TB 7200RPM SATA, 14.4TB 15,000 RPM SAS
and 3 years HW/SW support and maintenance
(As described on page 8)

Delivery can be made within ______days.

Option B:Three PS-400E,one PS-300E, and one PS-3900XV Arrays with Support

Description Grand Total

Three PS-400E, one PS-400E and one PS-3900XV with Support$
Total raw capacity, 38.5TB 7200RPM SATA, 4.5TB 15,000 RPM SAS
and 3 years HW/SW support and maintenance
(As described on page 9)

Delivery can be made within ______days.

Options C or D may or may not be purchased based on available funding.

Total Cost Difference

Option C:Switch from 3 Years of Support to 4 Years of Support $

Option D:Switch from 3 Years of Support to 5 Years of Support$

Company:

Signature:

E-mail:

References

Please list three references where you have a comparable SAN Storage system.

Reference #1

Company Name

Contact Name

Phone #

Project Description ______

Reference #2

Company Name

Contact Name

Phone #

Project Description ______

Reference #3

Company Name

Contact Name

Phone #

Project Description ______

Acknowledgment of Terms, Conditions and Specifications

I understand and agree to all terms, conditions, and specifications of the RFP.

Company:

Signature:

E-mail:

Contractor's Certification

STATE OF ILLINOIS)

) SS.

COUNTY OF COOK)

CONTRACTOR'S CERTIFICATION

Pursuant to Illinois Revised Statutes Chapter 38, Article 33E (Public Contracts), the undersigned certifies that he/she is a duly authorized agent of the contractor submitting the attached bid to Community College District 535, Oakton Community College and that said contractor is not barred from bidding on this public contract as a result of a violation of either Section 33E-3 or 33E-4 of said statute.

Signed this ______day of ______, 2007.

By: ______

Title: ______

Address: ______

______

SUBSCRIBED AND SWORN TO before

me this _____ day of ______, 2007.

______

Notary Public

Please return this form with your proposal.