34
MOC High Performance Network & DC Project 1 Republic of Iraq Ministry of Oil Missan Oil Company MOC High Performance Network & DC Project MOC-HPNDC Year 2014 Invitation for Tender:- The invitation for tender is for “Design, Site Preparation, Supply, Installation, Commissioning, Maintenance and Operations of high performance network and data center. Key word:- 1. Ministry of Oil: MoO. 2. Missan Oil Company: MOC. 3. Missan Oil Company High Performance Network and Data Center: MOC-HPNDC. 4. User Acceptance Test: UAT 5. Data Center Infrastructure Management: DCIM. 6. Manufacturing Authorization Forms: MAF. 7. National Fire Protection Association: NFPA. 8. Underwriters Laboratories/Factory Mutual: UL / FM approvals. 9. Data Center Infrastructure Management: DCIM. 1. Introduction MOC is an Iraqi National Oil Company under the administrative control of Iraqi Ministry of Oil (MoO). MOC is engaged in the business of Exploration, Development, Production, and transportation of Crude Oil and Associated gas. MOC is consists of many fields in all over Missan governorate-Iraq. These fields will be connected with the headquarter (Data center), which is located inside MOC headquarter in the center of al Amara town the capital of Missan Province, about 360 km south east of the capital Baghdad, the project aims to construct data center equipped with a storing unit which is able to deal with all types of data, information, video, Audio and photos according to the international standards in the field of data technology, as well as build data network inside MOC HQ and its remote sites. MOC operations are largely based in the Missan province, over the last 40 years MOC is involved in developing and production activities of various oilfields and in the process of a number of production installations have been set up at different locations to facilitate production of oil and gas from these areas. Some of these installations are also modified time to time to match the field development activities of the areas… however, engineering information for the previously mentioned installations could not be kept/ maintained in the proper form to access easily at the time of need. Considering this, MOC is now planning to create all the engineering information of these installations in different formats using the latest software tools by using innovative technology. This will in turn help us to carry out various risk analysis studies in taking appropriate measures to minimize losses in case of any disaster situation. MOC petroleum activities involve the following:- a) Exploring new locations as petroleum reserves. b) Production of crude oil and associated gas. c) Pipeline network to transfer crude oil and associated gas from the source to export or refining plant and facility management of various resources connected to such a huge industry. d) Managing Facilities it is mean keep track of everything from drilling platforms to pipeline networks e) Other works.

Republic of Iraq Ministry of Oil Missan Oil Company MOC ... · MOC High Performance Network & DC Project 1 ... commissioning and warranty services for equipment supplied as per the

  • Upload
    others

  • View
    14

  • Download
    0

Embed Size (px)

Citation preview

MOC High Performance Network & DC Project

1

Republic of Iraq

Ministry of Oil

Missan Oil Company

MOC High Performance Network & DC Project MOC-HPNDC

Year 2014

Invitation for Tender:-

The invitation for tender is for “Design, Site Preparation, Supply, Installation, Commissioning, Maintenance

and Operations of high performance network and data center.

Key word:-

1. Ministry of Oil: MoO.

2. Missan Oil Company: MOC.

3. Missan Oil Company –High Performance Network and Data Center: MOC-HPNDC.

4. User Acceptance Test: UAT

5. Data Center Infrastructure Management: DCIM.

6. Manufacturing Authorization Forms: MAF.

7. National Fire Protection Association: NFPA.

8. Underwriters Laboratories/Factory Mutual: UL / FM approvals.

9. Data Center Infrastructure Management: DCIM.

1. Introduction

MOC is an Iraqi National Oil Company under the administrative control of Iraqi Ministry of Oil (MoO).

MOC is engaged in the business of Exploration, Development, Production, and transportation of Crude Oil

and Associated gas. MOC is consists of many fields in all over Missan governorate-Iraq. These fields will be

connected with the headquarter (Data center), which is located inside MOC headquarter in the center of al

Amara town the capital of Missan Province, about 360 km south east of the capital Baghdad, the project

aims to construct data center equipped with a storing unit which is able to deal with all types of data,

information, video, Audio and photos according to the international standards in the field of data technology,

as well as build data network inside MOC HQ and its remote sites.

MOC operations are largely based in the Missan province, over the last 40 years MOC is involved in

developing and production activities of various oilfields and in the process of a number of production

installations have been set up at different locations to facilitate production of oil and gas from these areas.

Some of these installations are also modified time to time to match the field development activities of the

areas… however, engineering information for the previously mentioned installations could not be kept/

maintained in the proper form to access easily at the time of need. Considering this, MOC is now planning

to create all the engineering information of these installations in different formats using the latest software

tools by using innovative technology. This will in turn help us to carry out various risk analysis studies in

taking appropriate measures to minimize losses in case of any disaster situation. MOC petroleum activities

involve the following:-

a) Exploring new locations as petroleum reserves.

b) Production of crude oil and associated gas.

c) Pipeline network to transfer crude oil and associated gas from the source to export or refining plant and

facility management of various resources connected to such a huge industry.

d) Managing Facilities it is mean keep track of everything from drilling platforms to pipeline networks

e) Other works.

MOC High Performance Network & DC Project

2

2. Project Description

MOC-HPNDC is the location where MOC will host their equipment that would be required to run MOC‟s

Critical and non-critical applications. The equipment shall include servers, storage, network components,

backup devices, etc… installed in racks. The facilities / requirements are detailed in the Technical

Requirement mentioned herein. The bidder is required to offer total solution for the comprehensive

responsibilities of design, supply, installation, commissioning, warranty support of the total solution

comprising of hardware and software along with perennial licenses as per scope of work. The Bidder shall

provide all necessary infrastructure components as per the defined requirements and maintain the same

throughout the warranty.

NOTE: The Bidder shall make a site visit with prior appointment.

The bidder must notes the following points:

2.1 MOC consists of seven locations including the headquarter (HQ). the project will work in

environmental situations mostly be difficult such as high temperature in the summer may reach to 55

centigrade and relative humidity could reach 95%. In addition, there are always sand storms and

showers in the winter.

2.2 The project aims to link 61 buildings (each with 2 floors) inside the head quarter of the company with

basic data center by using optical fiber network. The mobile (VoIP) system use wireless network

inside and outside the buildings of the MOC HQ .as well as linking the internal monitoring of the

company (CCTV) on the same fiber network.

2.3 In regards to fiber optic and data network , the project shall be able to exchange high streams of data

and to be enough to all applications and expected to add it in the future and supplies high flexibility to

receive and send all digital signals such as video, voice & data. Which the company uses it, it can also

use the existing communication system to access the remote site to facilitate the Decision making

purposes.

2.4 Redundancy & Reliability must be taken into account, the system shouldn‟t be limited in capacity and

it should have ability to deal with bad situations, these situations and factors will be determined after

the discussions which precede the implementation of the project, the sites of the project are shown in

the next table where the project aims to link 61 buildings each with two floors within headquarter.

2.5 The project aims to build a security system to detect and protect data from internal and external threats

for the overall network.

2.6 Building of central storage system capable of expansion and have the ability to work and capacity to

the data during the 10 next years. The four remote sites are (Amara, Ozair, Noor and Buzurgan) will

supply the connection with data center by using existing microwave communication link (the

microwave technical specs can be provided as needed).

3. MOC HQ & Remote Sites GPS Data:-

#

Site

الموقع

Site Symbol

رمز الموقع

GPS Approximate Location

الموقع الجغرافي

N E

1 MOC Headquarter MOC 31°48'54.00"N 47° 9'21.24"E

2 Buzurgan BU 32° 7'36.55"N 47°24'16.17"E

8 Amarah AFS 31°47'32.65"N 47° 3'22.71"E

9 Noor NFS 31°56'40.58"N 47°16'38.93"E

: Halfaya HF 31°40'31.56"N 47°25'44.34"E

; Ozair OZ 31°18'39.00"N 47°24'16.00"E

7 Gas Receiving Station GRS 31◦41‟54.00” N 47◦15‟22.00” E

MOC High Performance Network & DC Project

3

MOC HQ 61 Internal buildings (consist of offices, workshops, stores, and utility buildings) which

must be connected using fiber optic network. The details can be provided during the site visit.

4. Project Objectives

The purpose of MOC high performance network and data center project is to design and build an infra-

structure system that will lead to the E-Government transformation in the Company. The system should be

able to handle any application whether it is Microsoft-based or Unix-based (Oracle based) software:

Archiving-System, Payroll-System, HR Database, GIS, VoIP, VTC, and SCADA and other petroleum

operations, production and oil well drilling monitoring systems ...etc. These services require highly reliable

hardware from respectable brands and manufacturers in order to achieve high performance and quality

System including redundancy. MOC is inviting interested companies to bid for the supply and delivery of

required works and materials for the construction of its MOC-HPNDC to be located at its MOC

headquarter. The project consists of the following main systems:

4.1 Electrical (Redundant AC system, Earthing …etc.)

4.2 Heating, Ventilation, and Air Conditioning: HVAC.

4.3 Security (Access Control, CCTV, and DCIM).

4.4 Fire Protection (Suppression/ Prevention).

4.5 Raised Floors and Cable Trays.

4.6 I.T. Equipment (Racks and UPS‟s).

4.7 Paints and Agents (Fire Retardant and anti-dust agents).

4.8 Other required hardware and software.

Very important notes:- The Project components (Datacenter equipment, network equipment) must be from (US, European, Japanese South Korean and Mexican) manufacturers and as described in the attached equipment tables.

5. SCOPE OF WORK

The Bidder shall execute the entire Scope of Work. Supply, installation, implementation, testing,

commissioning and warranty services for equipment supplied as per the proposed design and to meet the

desired objectives. The scope of work of the project will include, but is not limited to, the following

activities:

Site Preparation: Visit and study the civil and other infrastructure available on the site and perform

required civil works essential for installing/implementing various Data Center Infrastructure systems

/ components under the scope of this tender.

Design/supply/install/commission VOIP system, Central Storage (SAN), Data Security System,

Microsoft domain ,MS Exchange ,MS SharePoint, MS forefront TMG, MS based E-Signature.

Supply / create Infrastructure comprising of civil works and interiors as per the detailed technical

specifications provided in Technical specification section. The selected Bidder will only use the

acceptable materials and brands with good workmanship qualities to provide are long lasting and

easily maintainable.

Supply / create Infrastructure facilities comprising of HVAC, UPS, Electrical works, Fire Safety

Systems including Very Early Smoke Detection Apparatus,, Access Control, CCTV Surveillance,

Rodent Repellent, Building Management Systems, etc., as per the detailed specifications provided in

Technical specification section.

MOC High Performance Network & DC Project

4

Installation and integration shall mean to install and configure every component and subsystem

component(s), integrating the Building management System with the required components,

integrating the facility components.

User Acceptance Test (UAT) shall cover the entire Data Center including UPS room. A detailed

test plan shall be defined by the Bidder in consultation with respective OEMs. And this plan shall be

submitted to MOC for review and approval; MOC reserves the right to modify the type and / or

number of parameters being tested. Approved test plan will be given back to the Bidder for execution

in consultation with respective OEMs and the following points must be taken into the account :

a) All documentation (as built drawings, equipment labeling details, cable routes, service

manuals, data sheets, software, maintenance schedule, communication and escalation details

etc.) related to the Data Center shall be completed and submitted to MOC, in hardcopy, before

the final acceptance test.

b) The training requirements as mentioned in below training section shall be completed after the

final acceptance test; the schedule shall be decided in consultation with MOC.

c) The UAT shall include all hardware and software items installed at MOC-HPNDC as per the

layout drawings and technical specifications and availability of all systems shall be verified.

The Bidder shall be required to demonstrate all the features / facilities / functionalities. The

Bidder will arrange the test equipment required for performance verification and will also

provide documented test results.

d) The bidder shall provide documentary proof of back-to-back support with OEMs of the third

party products like, UPS, Precision AC, Fire detection and Suppression System, VESDA

System, Water Leak detection System, Rodent Repellent System, etc., before UAT sign off.

6. Documentation Bidder shall provide standard documentation, and shall be submitted as the project undergoes

various stages of implementation Indicative list of documents includes but is not limited to:

6.1 Training material shall be provided (hard and soft copy), which shall include the presentations used for

training and the required relevant documents for the topics being covered.

6.2 Process documentation: The Bidder shall be responsible for preparing process documentation related

to the operation and maintenance of each component of the MOC-HPNDC. The prepared process

document shall be formally discussed with the and approved and signed off by MOC before

commencement of UAT.

a) Operation and Maintenance Manuals: Two copies of all final operating and maintenance

manuals will be supplied in A4 binders.

b) Operating Manuals will comprise instructions on equipment safety checks, startup and

closedown procedures, daily operation and full descriptions of operating features. Diagrams

will show the full diagrammatic (network structures, outstations and peripherals) and

physical layout of the system and components.

c) Maintenance Manuals will comprise full descriptive and maintenance details on each and

every item of equipment supplied. Suppliers and spare parts references, contacts, telephone

numbers, and addresses will be supplied where relevant.

d) Wiring Schematics: The contractor will submit wiring schematics, either on A1 or A0 size of

drawing sizes. Detailing individual subsystem-wise cabling including data and electrical

cabling and will be appropriately color coded. The layout shall detail location of all

components.

e) Equipment Configurations: Configuration details of individual equipment will be recorded

and presented as a part of the documentation.

f) All the documents will be presented in hard copy (2 sets) and soft copy (2 sets) formats.

The Bidder shall be responsible for preparing documentation required for certification wherever

applicable or as required by MOC.

MOC High Performance Network & DC Project

5

7. Maintenance Service

The Bidder shall provide maintenance services for a period of 3 years warranty.

7.1 Physical infrastructure system maintenance service: The objective of this service is to support and

comprehensively maintain the entire Physical Infrastructure of the MOC-HPNDC supplied and

installed as per manufacturer‟s practice.

7.2 Proactive and reactive maintenance, repair and replacement of defective components (hardware and

software). This includes carrying out the necessary repairs and replacement of parts whenever needed

to keep the service and operations levels in tune with the requirements. The cost of repair and

replacement shall be borne by the bidder.

7.3 The bidder shall carry out scheduled preventive maintenance activities to keep all the MOC-HPNDC

Infrastructure systems in optimum working conditions. Preventive maintenance should be carried out

as needed, which includes but is not limited to:

a) Run diagnostics tests on equipment.

b) Updating wiring and connection diagrams, whenever modifications are made.

c) The bidder shall provide signed and registered to MOC-HPNDC letters of support from OEMs

of the main supplied systems to ensure timely supply of spares and technical support for the

entire contract period.

7.4 The bidder shall prepare and submit to MOC a detailed Project Plan covering various milestones,

project organization chart, planned resources deployment, Project Manager and other key resources

identified for the project execution, implementation methodology etc., during the project Kick-off

meeting. The bidder must submit a detailed list of key personnel resumes including the names,

proposed project assignments, and years of experiences …etc.

8. Technical Specifications & Requirements

This section describes the technical requirements of the MOC-HPNDC and the specifications of the

systems/components required to fulfill the requirements. The detailed technical specifications for various

systems/subsystems required for building the Data Center are given below. These technical specifications

are minimum required and items with better specifications are acceptable. The MOC-HPNDC will cater to

internal IT requirements, i.e., applications and users and also provide an isolated high performance-

computing environment and network for E & P Databank.

8.1 The bidder shall be responsible for designing and setting up of all the infrastructure requirement of the

Data Center.

8.2 The bidder shall carry out all the following infrastructure related works of the MOC-HPNDC.

9. Infrastructure preparation for the Data Center

9.1 Precision Air Conditioning (PAC) (Split & Air cooled) – 2 Units

(Emerson-Liebert, APC, Uniflair, Blue Star).

9.1.1Supply and installation of a cooling and ventilation system for a Data Center with redundancy.

9.1.2The cooling solution should be flexible to provide direct cooling, volumetric cooling and regulated

cooling.

9.1.3The ventilation system should provide appropriate and efficient suction system to emit sucked air

into the atmosphere outside the data center via appropriate ducts.

9.1.4The cooling system should cater for the allocation of condensers outside the facility and maintain

zero leakage from the cooling units.

9.1.5A minimum of 3 years warranty on the entire system.

9.1.6Installing, Commissioning and any other works should be responsibility of the contractor.

The two units of PAC (1 Running + 1 standby) to maintain a suitable environment and desired

temperature (18-23 degree C) for critical IT equipment (at any time one will be running), shall be

installed with necessary insulation, electrical panels and wiring. The PAC shall be integrated with

Building Management System (BMS) for monitoring and Fire panel to shut down the units in case of a

fire incident.

MOC High Performance Network & DC Project

6

9.2 Uninterrupted Power Supply (UPS) (Rittal, Emerson, New Wave, APC, GE) – 2 Units.

9.2.1The UPS shall provide high quality AC power for sensitive electronic equipment loads. It should

also supply clean power automatically without any break in the supply in the absence of raw

power. The desired arrangement should be such that under no circumstances the protected

systems should get direct supply from the raw mains.

9.2.2The two UPSs are to be configured in load sharing mode to meet the Data Center loads.

9.2.3 UPS Specifications Compliance :

a) Type 3 Phase Tru Online UPS

b) Voltage Rectifier input : 380-415 volts – 3 phase Bypass input: 380-415 volts – 3 phase

Output : 415 volts, 3 phase, 50 Hz.

c) Output Load Capacity determined by the bidder according to the equipment consumption.

d) Backup at Rated Full Load at least 60 minutes battery backup for total of KVA consisting of

two battery banks.

e) Provision of all required cables and accessories per device.

9.3 Very Early Smoke Detection Apparatus (VESDA) System (Xtralis, Siemens, Tyco)

VESDA system shall be installed in the Data Center to provide a very early notification regarding fire

thus allowing operations team a bigger time window to check the incident and take appropriate actions. The

VESDA system shall be integrated with fire panel. The technical specifications of VESDA system are given

below; the installation of the VESDA system shall comply with international standards.

9.3.1 The system shall consist of a highly sensitive LASER-based smoke detector, aspirator and filter.

9.3.2 The system shall provide very early smoke detection and provide multiple output levels

corresponding to Alert, Action, and Fire.

9.3.3 The system shall monitor for filter contamination automatically.

9.3.4 The system shall have a clean air supply to maintain laser chamber cleanliness all the time.

9.3.5 Monitoring contamination of the filter (dust & dirt etc.) and to notify automatically when

maintenance is required.

9.3.6 The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall be

arranged in such a way that air is drawn continuously from the fire risk area by the aspirator and

a sample passed through the Dual Stage Filter and then to the detector.

9.3.7 Equipment shall include a high level interface with the fire alarm system & BMS.

9.4 Fire Detection & Alarm System (Simplex, Cooper, EST, Bentle)

Fire detection system shall be installed in all the areas and all the voids to detect fire and smoke incident and

to take appropriate actions to prevent its outbreak to unaffected areas and to suppress fire. The fire panel

shall be integrated with VESDA, Access control system, Fire suppression system and cooling units. The

technical specifications of fire detection system are given below.

Equipment Specification Compliance 9.4.1Fire detection system shall be a complete, electrically supervised fire detection and notification system and

shall have a microprocessor based operating system.

9.4.2The system modules shall communicate with an RS-485 network communications protocol.

9.4.3LED displays shall indicate Power, Audible On or Silenced, and Partial system disabled. Systems not having

the above LED‟s shall provide separate LED‟s within the control panel enclosure with appropriate labels.

Selection buttons shall be backlit to aid the operator in the selection process.

9.4.4Wall mounted Manual Call Points of at least 2 Nos.

9.4.5Response Indicator and Hooter cum Strobes.

9.5 Gas based Fire Suppression System for Data Center (UTC, Tyco) Clean agent based fire suppression system shall be installed in the server farm to suppress any outbreak of fire. This

system shall be integrated with the fire panel. The technical specifications of clean agent fire suppression system are

given below:

Equipment Specification Compliance

MOC High Performance Network & DC Project

7

9.5.1 NOVEC 1230 shall be used as fire suppressant.

9.5.2 Clean Agent and design of Fire protection system for computer rooms should follow the Standard on “Clean

Agent Extinguishing systems NFPA Standard 2001 (Edition 2004) including its safety guidelines with

respect to “Hazards to Personnel”, electrical clearance and environmental factors in line with

environmental considerations of Kyoto Protocol.

9.5.3 All the components of the system shall be capable of withstanding heat of fire and severe weather

conditions.

9.5.4 The clean agent shall have Zero Ozone Depleting Potential.

9.5.5 For safety reasons the clean agent fire suppression system cylinder, valve, discharge hose, nozzles, fire

detection detectors and panels, etc. must be provided from the same manufacturer to ensure proper

performance as a system.

9.5.6 Clean Agent System shall preferably be a low-pressure system. It shall be possible to carry out refilling of

the clean agent cylinder at site location.

9.6 Fire Safety Signs (Cease Fire, Panduit, Autoglo, Prolite) Equipment Specification Compliance

9.6.1 The Signs shall have capacity to absorb light in the course of normal working day and glow in the dark.

Once the lights have gone out.

9.6.2 Shall be used for guiding employees and visitors and rescue team for evacuation.

9.6.3 Shall also ensure the path for locating nearest fire extinguisher.

9.6.4 Escape Route Marking Signs: These signs shall serve as clear indicators of Fire Exits on the premises in

case of an emergency.

9.7 Data Center Security & Monitoring Guidelines Terms of Reference

9.7.1 Supply and Installation of a comprehensive DCIM level monitoring system

9.7.2 The system should comprise the following:

a) Access Control.

b) Alarms.

c) Sensors.

d) Video Surveillance.

e) Alert Notification System.

f) Monitoring Software.

9.7.3 Supply of Access Controlled Doors.

9.7.4 Minimum 3 years of installing and supporting DCIM level systems.

9.7.5 Minimum 3 years warranty.

9.7.6 Provision of technical sheets related to any supplied devices and/or equipment.

9.8 Surveillance System (Bosch, Pelco, Schlage, Axis, Sony, CISCO) Surveillance cameras shall cover all the areas of the Data Center and UPS room. Surveillance system shall include

cameras, video management software and online storage. Storage shall be sized to keep feed of all cameras online for

30 days. After 30 days, the surveillance feed will be moved to a backup storage (NAS). The technical specifications of

surveillance cameras are given below:

Equipment Specification Compliance

9.8.1 2 Mega Pixel IP Dome cameras.

9.8.2 The sensor should be 1/3" CMOS Progressive Scan technology.

9.8.3 Minimum illumination for camera should be 0.5 Lux@ F1.2.

9.8.4 The cameras should produce viewing angle of min 101~30.4.

9.8.5 Degress and lens should be min 2.7~9mm MP lens. The camera should carry varifocal lens.

9.8.6 HD color cams with night vision.

9.8.7 Camera should support H.264, MPEG4 & MJPEG compression. The camera should support maximum

resolution of 1600x1200 resolutions.

9.8.8 The cameras should be capable of triggering alarm in scenario such as Motion Detection, Video Loss,

Network Disconnect, Storage exception and IP address conflict.

9.8.9 The software and hardware should be of same make.

9.8.10 The network protocols supported should be TCP/IP, HTTP, DHCP, DNS, DDNS, TP/RTSP, PPPoE,

SMTP, and NTP.

MOC High Performance Network & DC Project

8

9.8.11 Communication interface should be RJ-45 10 M/100 M Ethernet port and RS-485 interface

9.8.12 Alert Notification: Email, SNMP and SMS.

9.8.13 Monitoring Software.

9.8.14 Microsoft Platform Compatibility and Multi-user.

9.9 Access Control System(SOLUS, SPECTRA, BOSCH and HID) Multi-modal Biometric finger print and proximity card readers shall be installed at the entrance of Data Center

and UPS room to restrict entry of unauthorized person‟s and to enforce access control policies. The access control

system shall be integrated with BMS for monitoring and Fire panel to disable the door contacts in case of a fire

incident. The technical specifications of the access control system are given below:

Equipment Specification Compliance

9.9.1 The biometric finger print and proximity card reader shall have a transaction storage capacity.

9.9.2 The biometric reader shall have anti-microbial coating for the hygiene of users.

9.9.3 The reader should have certifications like FCC, CE and UL-294 rated.

9.9.4 Proximity Cards compatible with the system shall be provided.

9.9.5 The biometric reader shall interface with the BMS.

9.9.6 The biometric reader shall have RS-232 port for connection with a printer.

9.9.7 All the necessary hardware, software with its cabling are to be supplied and installed.

9.9.8 The access control mechanism must have biometric as well as proximity card readers.

9.9.9 The control system should have facilities such that at no time both the doors of the data center can be kept

open (Control Door Locks with capability of switching to manual opening in case of system failure).

9.9.10 Customizable access control behavior in case of emergency

9.9.11 External backup battery, minimal uptime 4 hours.

9.9.12 The doors requirements

a. Dimensions will be provided during site visit.

b. Fire Rated.

c. Hydraulic Closers.

9.10 Water Leak Detection (WLD) System (Sontay, GE, Rittal, Liebert) Water leak detection system shall be installed in the Data Center and UPS room to detect and raise alarm regarding

presence of water. The technical specifications of water leak detection system are given below:

Equipment Specification Compliance

9.10.1 The WLD system shall comprise of Cable sensors, Water leak detection modules, I/O modules connected

to a control panel.

9.10.2 The control panel shall have a minimum of 6 zones.

9.10.3 The WLD system shall have one serial interface to connect to BMS.

9.10.4 The WLD module shall be a single zone type. The module shall be resistant to oxidation and erosion. The

module shall have relay output for connection to the controller.

9.11 Rodent Repellent System (Maser, Rscat) Rodent repellent system shall be provided in the Data Center and UPS room to protect the premises against any rodent

infestation. This system must contain a VHFO system shall transmit high frequency sound waves (above the 20 KHZ

frequency) which are inaudible and harmless to humans but audible and painful to pests thus driving them away.

9.12 Air & Gas Purification System (Ecoscrub, BryAir, Purafil) (1 external & 1 internal) - 2 NOS. Data Center shall be designed to provide a contaminant-free environment by primarily maximizing the control of

airborne particulates by filtration.

Equipment Specification Compliance

9.12.1 Two air and gas purification chemical filtration units employing one or more chemical filtration media

(internal and external) with adequate capacity to control gaseous contaminant like, sulphur compounds

in the air and to clean the emissions and airborne particulates shall be installed in order to maintain very

low gas contaminant levels as low as ten parts per billion levels and for removal of corrosive

contaminant gases and odors from the Data Center.

9.12.2 One unit shall be installed outside the data center to clean the emissions and airborne particulates and

supply purified air from outside to data center and another unit shall be installed to further filter the

contaminants and circulate purified air inside the data center.

MOC High Performance Network & DC Project

9

9.12.3 The bidder shall replace chemical media and particulate filters based on results, associated contaminant

levels, and complete filter change out as and when needed.

9.13 Environment Condition Monitoring (ECM) System (Rohrback Cosasco Systems, Purafil or equivalent)

Many of the gaseous contaminants targeted for control in data centers are corrosive in nature and can be easily

measured using reactivity monitoring and for constant surveillance of the atmospheric environment installed inside the

data center.

Equipment Specification Compliance

9.13.1 Real-time environment assessment reactivity monitor shall be installed inside the data center with

specially prepared copper and silver sensor strips to measure the metal loss and corrosion severity of

copper and silver in angstroms (ten billionths of a meter).

9.13.2 The bidder shall replace the specially prepared copper and silver sensor strips based on results and

associated metal loss and corrosion level, as and when needed.

9.14 Building Management System (BMS) (Athenta, Siemens, Honeywell, Schneider) 9.14.1 Building Management System (BMS) shall be a unified system having capability to integrate with

disparate systems irrespective of make or model. It shall be implemented for the monitoring and

management of different systems of the Data Center to provide a centralized monitoring and

management platform.

9.14.2 The bidder shall host the management software of various systems on a Personal computer/server,

together with a monitoring station of video wall matrix screen (3x4 46” Brand: Sony, LG, Samsung,

Panasonic, and Bosch). The technical specifications of the BMS are given below:

Equipment Specification Compliance

a- BMS shall support the leading open standards such as BACnet, Canbus, Lonworks, Profibus, Modbus,

TCP/IP, Modbus, RS-485, and RS-232.

b- BMS shall provide centralized dashboard for all the systems implemented in the Data Center.

c- BMS shall be open to integration with present and future systems (GIS, SCADA, CCTV, etc.) with minimal

change in the existing system setup.

d- BMS shall be future ready for integration with IP / SNMP based systems.

e- BMS shall provide a consolidated monitoring and management environment for components installed in

physically separate locations.

f- BMS shall have High Availability mode.

g- BMS shall have inbuilt mechanism to provide an integrated Dashboard for all the systems.

h- BMS shall have inbuilt mechanism to generate standard and customized reports.

i- BMS shall have a centralized dashboard, which shall provide a monitoring window using the actual view of

the Data Center. It shall show where the different devices of BMS are placed to aid in quick identification of

the fault area in case of alarm generation.

j- BMS shall have inbuilt mechanism to provide load trends of energy distribution setup and to set up practical

thresholds to get alerted on overload situations.

k- BMS shall continuously provide performance data of the critical statistics of the PAC system like the Inlet

temperature; Return temperature, Airflow etc.

l- BMS shall present the environmental conditions in terms of temperature and humidity on the same dashboard

as the operational parameters of the PAC.

m- BMS shall continuously monitor the following UPS parameters

a) UPS Availability

b) UPS Load

c) Battery Status

d) Battery Capacity

e) Input Frequency

f) Input Voltage

g) Output Current

h) Output Frequency and Voltage

n- BMS shall provide alarms generated by the access control systems on the centralized management console

and provide reports of access granted or denied.

MOC High Performance Network & DC Project

11

o- BMS shall provide live monitoring of the cameras and also map it on the Data Center drawing as per their

installation location BMS shall integrate with the fire alarm system and provide the alarms generated by the

system on the centralized Dashboard BMS shall be configured to set up control mechanism in case of fire

alarm is activated. Some of the actions, which might have to be enabled by the BMS tool, are:

a) Activation of hooter / flasher at different locations.

b) Deactivation of the access control doors, especially on the evacuation route.

c) Switching off some of the key components such as PAC units, Power supply etc.

The bidder shall provide necessary computer hardware with required specifications and operation system for the entire

BMS.

9.15 Electrical System Terms of Reference

9.15.1 The electrical system is the backbone of the Data Center and the bidder shall ensure that the electrical

system does not have any single point of failure in terms of component or delivery path.

9.15.2 Supply and installation of two electrical panels with redundant circuit breaking.

9.15.3 Supply and installation of an electrical grid with a redundant distribution path.

9.15.4 Supply and installation of an Earthing grid.

9.15.5 Supply and installation of a redundant lighting system.

9.15.6 Supply and installation of a redundant PDU layout.

9.15.7 MOC will supply and install a power generator.

9.15.8 Provision of a minimum of 3 years warranty.

9.15.9 provision of technical sheets related to any supplied devices and/or equipment

9.15.10 The Bidder shall provide electrical wiring from the UPS to the offered equipments.

9.15.11 The bidder shall be required to carry out all related activities such as, infrastructure and associated

electrical work pertaining to equipment for the Data Center.

9.15.12 Electrical work for the Data Center including testing of earthing, etc. shall be the responsibility of the

Bidder. The bidder needs to consult with MOC‟S representative for the same. The technical

specifications of the electrical system are given below:

Equipment Specification Compliance

a- Cables & Conduits: The Bidder shall install, terminate and connect up all cable and conduits as per drawings

and cable schedule.

b- All Cables shall be FRLS (Fire Retardant Low Smoke) type.

c- Prior to laying of conduits/channels, the Bidder shall get approved the layout indicating the route, number and

size of channels, location of junction/ inspection/ pull boxes/ electrical panels, size and location of switch

boxes, point outlets and other details. These layouts shall be approved by the MOC‟S representative, then only

work should be started.

d- The drawings shall be strictly followed except where obvious interference occurs. In such cases, the routing

shall be changed as directed and / or approved by MOC representative.

e- The system of wiring shall consist of single/ multi core PVC insulated strand copper conductor wires of

suitable rating in metallic channels. All wiring shall be hidden in the access flooring, false ceiling for wiring

done from the top and concealed in other areas.

f- Cable Laying: Cable shall generally be installed in ladder type; site fabricated / pre-fabricated trays except for

some short run in rigid /flexible conduit for protection or crossing.

g- Cable Tag & Marker: Each cable shall be tagged with numbers.

h- Cables shall be tagged at entrance and exit from any equipment and junction box.

i- The location of cable joints, if any, shall be clearly indicated with cable marker with an inscription „cable-

joint‟.

j- Electrical system shall be „intelligent‟ type to enable their integration and monitoring by BMS.

k- Lightening arrester and any other electrical safety measures, if required.

l- All the cabling is to be routed properly below false floor.

m- All the electrical panels, switches boxes, sockets, wires, etc. required for the Data Center to be provided. With

sockets usually used in Iraq.

9.16 Civil Work

MOC High Performance Network & DC Project

11

This shall include leveling, dismantling, and repairing civil structures as required and / or as directed by MOC‟s

representative. All civil works should be the responsibility of the contractor, The following Specifications of drilling

and plastic:-

9.16.1 The pipes should be from the good solid types.

9.16.2 The pipe thickness must be not less than 4 mm with suitable diameter for the fiber optic network and it's

used plastic welding for the links and elbows.

9.16.3 The drilling should be on depth 60 cm and 25 cm from the ground of rooms inside the buildings.

9.16.4 Bring things back to its place after civil and drill operations and extension and removing debris.

9.16.5 All the civil work must take into account the electricity lines

9.17 Raised Floors and Cable Trays Terms of Reference

9.17.1 Supply and installation of cable trays for power, network and telecom cables.

9.17.2 Supply and installation of raised floor with panels, perforated tiles, ground plugs and panel lifters.

9.17.3 The room is on the second floor of the building.

9.17.4 Dimensional information shall be available during site visiting and survey.

Technical Specifications

A- Cable trays:

a. Ventilated Trays.

b. Solid Covers.

c. Wire Basket Trays.

d. Galvanized or Stainless Steel.

B- Raised Floors:

a. Stringer Raised floor.

b. Support loads up to 1500 kg/m2.

c. Anti-static.

d. Ground Plugs with UK BS 1363 (Type G) sockets.

9.18 Hardware & Software for the Data Center: The bidder is required to supply, handling, installation, configuration, testing and commissioning the ordered

Hardware and Software along with perennial licenses, as per details given in this document.

Note: the number of users for the MOC HPNDC will be 400 users.

The bidder shall carry out the following activities:

Equipment Specification Compliance

9.18.1 Facilitate inspection and acceptance of the material by MOC‟s representative.

9.18.2 Licenses: The bidder shall provide perennial software licenses for all the supplied software in the name

of MOC General Company (GC).

a) All the renewable software licenses should be valid at least for the entire period of warranty and AMC.

b) Any license required to use/operate any of the supplied hardware/ports have to be provided by the

bidder along with the solution.

c) The bidder should submit the hard copies of the licenses of all the supplied software with validity dates

before acceptance of the solution.

9.18.3 The bidder shall also provide insurance cover for the equipment until successful installation,

commissioning and acceptance of the equipment.

9.18.4 The bidder shall arrange required test and measuring equipment as required for acceptance testing and

measuring the various parameters of the systems.

9.18.5 Any other items (hardware, software or license) including tools, etc. required to make system fully

operational shall be within the scope of work.

10. The Data Center, communications , networks: MOC needs to build Data Center depends on technology that will be compatible with MS windows Environment, this

will give flexibility to Data Center through utilizing more than one application and shouldn‟t depend on certain

applications, it also gives flexibility to add any application in the future.

MOC High Performance Network & DC Project

12

It has been depended on central storage unit for all Operating Systems that may be used in data center to increase

efficiency and trustworthiness of the system and stored data. Furthermore using redundancy and reliability to ensure

high availability to the system is required.

10.1 The software required to activate the system should be original and licensed in the name of Missan oil

company (MOC).

10.2 Maintenance of devices for three years.

10.3 Technical support and maintenance of the network for three years.

10.4 Design\installing\ commission should be the responsibility of the bidder.

10.5 Supplying the company by letters of support from the manufacturer companies.

10.6 Supplying a support letter for the project from Iraq _CISCO office exclusive for products provided from

CISCO Company and supplying all licenses for the software in the name of MOC.

10.7 All fiber optics and its accessories should be guaranteed from the manufactured for 20 years and supplying by

letter from the manufactured company exclusive to MOC. As in the following tables:

Headquarter sites equipment's list

Line

# Product Name Description Unit QTY

Cabinets and Racks

10.1 PZC12W Panduit Zone Cabling Wall Mount Cabinet with Windowed Front

Door, BL 12 RU PC ;6

10.2 SRM19FM1 Panduit Rack Mount 6>( "9=8 mm) Front Mount Shelf 1 RU PC 9;

PDUs

10.3 NS16-5384-H-D

16Amp, Single Phase, 1U Horizontal, Rear Fed PDU, 16Amp

3pin Commando plug with 2m cable, Red Neon Rocker switch,

16Amp Fuse and fuse holder, 6x UK 3Pin 13A Sockets no

Individual Fuse & Neon, Non Intelligent.

PC ;6

Copper system

CAT6A UTP Cable

10.4 PUL6A04WH-EY

Panduit Category 6A, low smoke zero halogen (LSZH), 4-pair,

UTP copper cable. Copper conductors are 23 AWG with HDPE

insulation. Conductors are twisted in pairs, separated by an

integrated pair divider, surrounded by a patent-pending matrix

tape and protected by a low smoke zero halogen (LSZH) jacket.

ROLLS 699

Intelligent Patch Panel

10.5 PVQ-MIQPU24

24-port unpopulated UTP modular intelligent module-ready patch

panel. Accepts all Mini-Com® UTP and LC Fiber Optic Modules

at Campus Building

PC ;;

10.6 PVQ-MIQAPU24

PVQ-MIQAPU24 24-port unpopulated angled UTP modular

intelligent module-ready patch panel. Accepts all Mini-Com®

UTP and LC Fiber Optic Modules at Data Center Building

PC >

10.7 SRB19BLY Horizontal Cable Strain Relief Bar PC <:

10.8 CJ6X88TGIW Panduit Category 6A, RJ45, 10 Gb/s, 8-position, 8-wire universal

module. Includes patent pending MaTriX split foil tape. PC <87

10.9 CMBBL-X Mini-Com® 1-port blank module, reserves space for future use. PC 67<7

Outlet

10.10 CFPUKS2SAWY Panduit 86mm x 86mm single gang faceplate frame and one 1/2-

size sloped shuttered module insert. PC <87

10.11 CJ6X88TGIW Panduit Category 6A ,RJ45, 10 Gb/s, 8-position, 8-wire universal

module. Includes patent pending MaTriX split foil tape. PC <87

Cat6A UTP Patchcords

MOC High Performance Network & DC Project

13

10.12 PVQ-

EUSDC1.5MBU

10Gig™ UTP Enhanced Interconnect Patch Cord for use with

PViQ™ Patch Panel, CM rated. 1.5Mtr At patch panel side PC <87

10.13 UTP6A2MBU Panduit Copper Patch Cord, Cat 6A, Blue UTP LSZH Cable -

2Mtr at End user side PC ;87

10.14 UTP6A3MBU Panduit Copper Patch Cord, Cat 6A, Blue UTP LSZH Cable -

3Mtr at End user side PC 677

Fiber System

OS1/OS2 Fiber Optic Cable

10.15 FPNL948 9=- fibre 9/125μm OS1/OS2 singlemode LSZH indoor/outdoor

stranded cable PC ;7777

Network cabinets - Buildings

10.16 PVQ-FMT PViQ™ 24-Port Fiber Tray with no fiber adapters. PC ;6

10.17 CMBBL-X Mini-Com® 1-port blank module, reserves space for future use. PC <87

10.18 CMDSLCZBU Module supplied with one LC Sr./Sr. SFF duplex singlemode

fiber optic adapter (BU) with zirconia ceramic split sleeves. PC <87

10.19 F9B10-NM1Y Panduit LC-Pigtail Fiber PC Singlemode 9µm Simpl Buffered 1m PC 69;9

10.20 FSC24 Splice Chip 24 Position PC ;6

Fiber Patchcords

10.21 PVQ9LE10LQM01.5

PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber

interconnect patch cord, low smoke zero halogen, 1.6mm jacketed

cable. 1.5 meter

PC 679

Network cabinets - Campus CC

10.22 PVQ-FMT PViQ™ 24-Port Fiber Tray with no fiber adapters. PC 87

10.23 CMBBL-X Mini-Com® 1-port blank module, reserves space for future use. PC 8;

10.24 CMDSLCZBU Module supplied with one LC Sr./Sr. SFF duplex singlemode

fiber optic adapter (BU) with zirconia ceramic split sleeves. PC <87

10.25 F9B10-NM1Y LC-Pigtail Fiber PC Singlemode 9µm Simpl Buffered 1m PC 69;9

Fiber Patch cords - Campus CC

10.26 PVQ9LE10LQM01.5

PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber

interconnect patch cord, low smoke zero halogen, 1.6mm jacketed

cable. 1.5 meter

PC 77

10.27 PVQ9LE10LQM02

PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber

interconnect patch cord, low smoke zero halogen, 1.6mm jacketed

cable. 2 meter

PC ;7

10.28 PVQ9LE10LQM03

PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber

interconnect patch cord, low smoke zero halogen, 1.6mm jacketed

cable. 3 meter

PC ;7

10.29 PVQ9LE10LQM05

PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber

interconnect patch cord, low smoke zero halogen, 1.6mm jacketed

cable. 5meter

PC 77

Intelligent Hardware system

10.30 PVQ-PM PanView iQ Panel Manager PC <9

10.31 PVQ-PS12VDC-U 30W power supply for UK PC <9

10.32 PVQ-EM PanView iQ Expansion Module PC >;

MOC High Performance Network & DC Project

14

Ironport + WSA Missan oil company HQ

Line # Product Name Description Service

Duration

QTY

10.33 ESA-C370-K9 ESA C370 Email Security Appliance with Software N/A 2

10.34 CON-SNT-C370-K9 SMARTNET 8X5XNBD ESA C370 Email Security

Appliance with SW

60

month(s)

10

10.35 CAB-ACU AC Power Cord (UK) C13 BS 1363 2.5m N/A 4

10.36 SF-ESA-7.1.5-K9 ESA Async OS v7.1.5 N/A 2

10.37 CCS-HD-300GB- Cisco Content Sec 300 GB HD for ESA Cx70 X1070 SMA

M670

N/A 4

10.38 CCS-PWR-AC-

870W-

Content Sec AC Power Supply for ESA WSA SMA x70

Models

N/A 4

10.39 ESA-ESP-LIC= ESA Premium SW Bundle (AS AV OF DLP ENC)

License

N/A 550

10.40 ESA-ESP-5Y-S7 Premium SW Bundle(AS+AV+OF+ENC+DLP) 5YR Lic

4K-4999 Users

60

month(s)

550

10.41 WSA-S370-K9 WSA S370 Web Security Appliance with Software N/A 2

10.42 CON-SNT-S370-K9 SMARTNET 8X5XNBD WSA S370 Web Security

Appliance with SW

60

month(s)

10

10.43 CAB-ACU AC Power Cord (UK) C13 BS 1363 2.5m N/A 4

10.44 SF-WSA-7.1.3-K9 WSA Async OS v7.1.3 N/A 2

10.45 CCS-PWR-AC-

870W-

Content Sec AC Power Supply for ESA WSA SMA x70

Models

N/A 4

10.46 WSA-HD-450GB- WSA 450 GB HD for WSA S370 and S670 (R710 Model) N/A 8

10.47 SMA-M670-K9 SMA M670 Security Management Appliance with Software N/A 1

10.48 CON-SNT-M670-

K9

SMARTNET 8X5XNBD SMA M670 Security Management

Apl. with SW

60

month(s)

5

10.49 CAB-ACU AC Power Cord (UK) C13 BS 1363 2.5m N/A 2

10.50 SF-SMA-7.2.2-K9 SMA Async OS v7.2.2 N/A 1

10.51 CCS-HD-300GB- Cisco Content Sec 300 GB HD for ESA Cx70 X1070 SMA

M670

N/A 6

10.52 CCS-PWR-AC-

870W-

Content Sec AC Power Supply for ESA WSA SMA x70

Models

N/A 2

10.53 ESA-MFE-LIC= ESA McAfee Anti-Malware License N/A 550

10.54 ESA-MFE-5Y-S7 Email McAfee Anti-Virus 5YR Lic Key 4K-4999 Users 60

month(s)

550

10.55 WSA-WSP-LIC= Web Premium SW Bundle (WREP+WUC+AMAL) Licences N/A 550

10.56 WSA-WSP-5Y-S7 Web Premium SW Bundle (WREP+WUC+AMAL) 5YR

4K-4999 Users

60

month(s)

550

10.57 WSA-AMM-LIC= WSA McAfee Anti-Malware License Key N/A 550

10.58 WSA-AMM-5Y-S7 WSA Anti-Malware (McAfee) 5YR License Key 4K-4999

Users

60

month(s)

550

10.59 SMA-EMGT-LIC= SMA Centralized Email Management Reporting License N/A 550

10.60 SMA-EMGT-5Y-S7 Email Management SW Bundle 5YR License Key 4K-4999

Users

60

month(s)

550

10.61 SMA-WMGT-

LIC=

SMA Centralized Web Management Reporting License N/A 550

10.62 SMA-WMGT-5Y-

S7

Web Management SW Bundle 5YR License Key 4K-4999

Users

60

month(s)

550

SAN Items

Line

#

Description QTY

10.63 1 San Switch with the following specifications :Brocade 300 Switch FC with auto-sensing 8 Gb/sec

with Active 8 Ports (Qyt 1) 2

MOC High Performance Network & DC Project

15

Brocade Std Switch Rack Kit (QYT 8)

10.64 2 Sun Backup server with following specifications:760 W AC PSU (for factory installation) (Qyt 1)

Rack mount slide rail kit tool-less (for factory installation|) (Qyt 1)

Sun Storage 6 Gb SAS PCIe RAID HBA (Qyt 1)

1 Intel(R) Xeon(R) X5675 6-core 3.06 GHz processor (Qyt 1)

One 8 GB DDR3-1333 registered low-voltage DIMM (Qyt 1)

One 300 GB 2.5-inch (Qyt 2)

DVDRW drive SATA-based (for factory installation) (Qyt 1)

StorageTek 8 Gb Fibre Channel PCIe HBA dual port Emulex (Qyt 2)

1

10.65 3 Sun Tape Library with following specifications: StorageTek SL 150 modular library system: FC

base module ( QYT 1)

StorageTek LTO tape drive: ( QYT 2)

StorageTek SL 150 Modular Library System: Redundant power supply ( QYT 1)

1 Intel(R) Xeon(R) X5675 6-core 3.06 GHz processor ( QYT 1)

One 8 GB DDR3-1333 registered low-voltage DIMM ( QYT 1)

One 300 GB 2.5-inch ( QYT 2)

DVDRW drive SATA-based (for factory installation) ( QYT 1)

StorageTek 8 Gb Fibre Channel PCIe HBA dual port Emulex ( QYT 2)

1

10.66 4 Sun StorageTek 2540 with following specifications:

One 600 GB 15000 rpm 3.5-inch SAS-2 HDD with bracket ( QYT 24)

StorageTek 2540 M2 array: dual FC controller with four 8 Gb/sec FC ports and 2 GB cache, and

rail kits ( QYT 1)

2ND OPTIONAL SPS ( QYT 1)

1

10.67 5 SYMC NETBACKUP PLATFORM BASE 7.1 XPLAT 1 FRONT END TBYTE STD LIC

EXPRESS BAND S 2

10.68 6 SYMC NETBACKUP PLATFORM BASE 7.1 XPLAT 1 FRONT END TBYTE INITIAL BASIC

12 MONTHS EXPRESS BAND S 2

10.69 7 Symantec Media Kit. 1

Cisco Datacenter Missan oil company Headquarter

Line

#

Product Name Description QTY

10.70 Datacenter Switch

Nexus 5596 UP 32x

1GBT 16x

10GB/FCoE8x 4GB FC

4x 8GB FC

Nexus 5596UP Storage Solns Bundle, Full Stor Serv Lic, OSM 2

10.71 N55-48PO-SSK9 Nexus 5500 Storage License, 48 Ports, OSM 4

10.72 N55-BAS1K9 Layer 3 Base License for Nexus 5500 Platform 2

10.73 N55-PAC-1100W Nexus 5500 PS, 1100W, Front to Back Airflow 4

10.74 N5596UP-FAN Nexus 5596UP Fan Module 8

10.75 CAB-9K10A-UK Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK 4

10.76 CON-SNT-5596UPSM SMARTNET 8X5XNBD Nexus 5596UP Storage Solns Bundle,

Full

10

10.77 DS-SFP-FC4G-SW 4 Gbps Fibre Channel-SW SFP, LC 16

10.78 DS-SFP-FC8G-SW 8 Gbps Fibre Channel SW SFP+, LC 8

10.79 GLC-T 1000BASE-T SFP 64

10.80 N55-M160L3-V2 Nexus 5596 Layer 3 Expansion Module, Version 2 2

10.81 N55-M16P Nexus 5500 Module 16p 10GE Ethernet/FCoE 4

10.82 N5596-ACC-KIT Nexus 5596 Chassis Accessory Kit 2

10.83 N5KUK9-521N1.1 Nexus 5000 Base OS Software Rel 5.2(1)N1(1) 2

10.84 SFP-10G-SR 10GBASE-SR SFP Module 64

Datacenter Switch Nexus 5596 UP 32x 1GBT 16x 10GB/FCoE 8x 4GB FC 4x 8GB FC 2

10.85 UCS-C220 NO OS

Servers Dual CPU 64G

UCS C220 M3 LFF w/o CPU, mem, HDD, PCIe, PSU, w/ rail kit 10

MOC High Performance Network & DC Project

16

10.86 UCSC-HS-C220M3 Heat Sink for UCS C220 M3 Rack Server 20

10.87 UCSC-RAIL1 Rail Kit for C220, C22, C24 rack servers 10

10.88 CAB-9K10A-UK Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK 20

10.89 CON-UCSD5-

C220M3LF

UCS DR 8X5XNBDOS UCS C220 M3 Server - LFF 50

10.90 N2XX-ACPCI01 Cisco UCS P81E Virtual Interface Card/ 2-port 10Gbps 10

10.91 UCS-CPU-E5-2660 2.20 GHz E5-2660/95W 8C/20MB Cache/DDR3 1600MHz 20

10.92 UCS-MR-1X082RY-A 8GB DDR3-1600-MHz RDIMM/PC3-12800/dual rank/1.35v 80

10.93 UCSC-CMA1 Reversible Cable Management Arm for C220,C22,C24 servers 10

10.94 UCSC-PSU-650W 650W power supply for C-series rack servers 20

UCS-C220 NO OS Servers Dual CPU 64G 10

10.95 UCS-C220 VMware

Server Dual CPU 64G

UCS C220 M3 LFF w/o CPU, mem, HDD, PCIe, PSU, w/ rail kit 4

10.96 UCSC-HS-C220M3 Heat Sink for UCS C220 M3 Rack Server 8

10.97 UCSC-RAIL1 Rail Kit for C220, C22, C24 rack servers 4

10.98 CAB-9K10A-UK Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK 8

10.99 CON-ISV1-VS5STD5A ISV 24X7 VMware vSphere Standard, List Price is ANNUAL 8

10.100 CON-UCSD5-

C220M3LF

UCS DR 8X5XNBDOS UCS C220 M3 Server - LFF 20

10.101 N2XX-ACPCI01 Cisco UCS P81E Virtual Interface Card/ 2-port 10Gbps 4

10.102 UCS-CPU-E5-2660 2.20 GHz E5-2660/95W 8C/20MB Cache/DDR3 1600MHz 8

10.103 UCS-MR-1X082RY-A 8GB DDR3-1600-MHz RDIMM/PC3-12800/dual rank/1.35v 32

10.104 UCSC-CMA1 Reversible Cable Management Arm for C220,C22,C24 servers 4

10.105 UCSC-PSU-650W 650W power supply for C-series rack servers 8

10.106 VMW-VS5-STD-5A VMware vSphere 5 Standard (1 CPU), 5yr, Support Required 8

UCS-C220 VMware Server Dual CPU 64G 4

Cisco LAN MOC HQ

# Name Description Qty

10.107 DC 200 user WS-C2960S-

48FPD-L +Stacking

Catalyst 2960S 48 GigE PoE 740W, 2 x 10G SFP+ LAN Base 5

10.108 C2960S-STACK Catalyst 2960S FlexStack Stack Module optional for LAN Base 5

10.109 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 5

10.110 CON-SNT-2960S4FD SMARTNET 8X5XNBD Cat 2960S Stk48 GigE PoE 740W,2x10G

LANB

5

10.111 SFP-10G-LR= 10GBASE-LR SFP Module 10

10.112 DC 200 user WS-C2960S-48FPD-L +Stacking 5

10.113 Internet DMZ C3750X-

48

Catalyst 3750X 48 Port Data IP Services 4

10.114 C3KX-PWR-350WAC Catalyst 3K-X 350W AC Power Supply 4

10.115 C3KX-NM-10G Catalyst 3K-X 10G Network Module option PID 4

10.116 C3KX-PWR-350WAC/2 Catalyst 3K-X 350W AC Secondary Power Supply 4

10.117 CAB-3KX-AC-UK AC Power Cord for Catalyst 3K-X (United Kingdom) 8

10.118 CAB-SPWR-30CM Catalyst 3750X Stack Power Cable 30 CM 4

10.119 CAB-STACK-50CM Cisco StackWise 50CM Stacking Cable 4

10.120 GLC-SX-MM= GE SFP, LC connector SX transceiver 16

10.121 S375XVK9T-15002SE CAT 3750X IOS UNIVERSAL WITH WEB BASE DEV MGR 4

10.122 SFP-10G-SR= 10GBASE-SR SFP Module 8

MOC High Performance Network & DC Project

17

Internet DMZ C3750X-48 4

10.123 Internet Router+Border

FW ASR1002

ASR1002 VPN+FW Bundle w/ ESP-5G,AESK9,License,4GB

DRAM

2

10.124 ASR1000-ESP5 ASR1K Embedded Services Processor,5Gbps,ASR1002 only 2

10.125 FLASR1-FW-RTU Firewall Right-To-Use Feature Lic for ASR1000 Series 2

10.126 FLASR1-IPSEC-RTU Encryption Right-To-Use Feature Lic for ASR1000 Series 2

10.127 SASR1R1-AESK9-34S Cisco ASR 1000 Series RP1 ADVANCED ENTERPRISE

SERVICES

2

10.128 SASR1R1-AESK9-34S Cisco ASR 1000 Series RP1 ADVANCED ENTERPRISE

SERVICES

2

10.129 ASR1002-PWR-AC Cisco ASR1002 AC Power Supply 4

10.130 CAB-ACU-RA Power Cord UK, Right Angle 4

10.131 CON-SNT-AESK934S SMARTNET 8X5XNBD Cisco ASR 1000 Series RP1

ADVANCED ENTER

10

10.132 CON-SNT-ASR1FWRT SMARTNET 8X5XNBD Firewall Right-To-Use Feature Lic 10

10.133 CON-SNT-ASR1KESP SMARTNET 8X5XNBD ASR1K Embedded Services Processor,

5Gbps

10

10.134 CON-SNT-ASRIPSEC SMARTNET 8X5XNBD Encryption Right-To-Use Feature Lic 10

Internet Router+Border FW 2 ASR1002

10.135 LAN Core C6509 Catalyst 6500 Enhanced 9-slot chassis,14RU,no PS,no Fan Tray 2

10.136 MEM-C6K-INTFL1GB Internal 1G Compact Flash 2

10.137 MEM-SUP2T-2GB Catalyst 6500 2GB memory for Sup2T and Sup2TXL 2

10.138 VS-F6K-PFC4 Cat 6k 80G Sys Daughter Board Sup2T PFC4 2

10.139 VS-SUP2T-10G Catalyst 6500 Supervisor Engine 2T Baseboard 2

10.140 WS-F6K-DFC4-A Catalyst 6500 Dist Fwd Card DFC4 6

10.141 WS-F6K-DFC4-E Catalyst 6500 Dist Fwd Card DFC4 2

10.142 WS-X6816-10GE 6816 10G baseboard 2

10.143 WS-X6824-SFP 24 port 1G SFP based Baseboard 2

10.144 WS-X6848-GE-TX 48 PORT 1G COPPER BASEBOARD 2

10.145 WS-X6848-SFP Catalyst 6500 48 Port 1G SFP Baseboard 2

10.146 CON-SNT-WS-C6509 8x5xNBD Service,Catalyst 6509 2

10.147 GLC-LH-SMD 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

144

10.148 S2TIBK9-15001SY Cisco CAT6000-VS-S2T IOS IP BASE FULL ENCRYPT 2

10.149 VS-S2T-10G Cat 6500 Sup 2T with 2 x 10GbE and 3 x 1GbE with MSFC5 PFC4 2

MOC High Performance Network & DC Project

18

10.150 WS-C6509-E-FAN Catalyst 6509-E Chassis Fan Tray 2

10.151 WS-CAC-4000W-INT 4000W AC PowerSupply, International (cable included) 4

10.152 WS-X6816-10G-2T 16 Port 10G with DFC4 2

10.153 WS-X6824-SFP-2T Catalyst 6500 24-port GigE Mod: fabric-enabled with DFC4 2

10.154 WS-X6848-SFP-2T Catalyst 6500 48-port GigE Mod: fabric-enabled with DFC4 2

10.155 WS-X6848-TX-2T C6k 48-port 10/100/1000 GE Mod: fabric enabled, RJ-45 DFC4 2

10.156 X2-10GB-LR 10GBASE-LR X2 Module 12

10.157 X2-10GB-LRM 10GBASE-LRM X2 Module 4

10.158 X2-10GB-SR 10GBASE-SR X2 Module 12

LAN Core C6509 2

10.159 WS-C2960C-12PC-L Catalyst 2960C Switch 12 FE PoE, 2 x Dual Uplink, Lan Base 11

10.160 CAB-ACU-RA Power Cord UK, Right Angle 11

10.161 CON-SNT-C296012P SMARTNET 8X5XNBD Catalyst 2960C Switch 12 FE PoE, 2 x

Dua

11

10.162 GLC-LH-SMD= 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

22

WS-C2960C-12PC-L 11

10.163 WS-C2960C-8PC-L Catalyst 2960C Switch 8 FE PoE, 2 x Dual Uplink, Lan Base 35

10.164 CAB-ACU-RA Power Cord UK, Right Angle 35

10.165 CON-SNT-C296C8PC SMARTNET 8X5XNBD Catalyst 2960C Switch 8 FE PoE, 2 x

Dual

35

10.166 GLC-LH-SMD= 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

70

WS-C2960C-8PC-L 35

10.167 WS-C2960S-24PS-L Catalyst 2960S 24 GigE PoE 370W, 4 x SFP LAN Base 8

10.168 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 8

10.169 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B 8

10.170 CON-SNT-2960S2PS SMARTNET 8X5XNBD Catalyst 2960S Stack 8

10.171 GLC-LH-SMD= 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

32

10.172 PWR-CLIP Power retainer clip for compact switches 8

WS-C2960S-24PS-L 8

10.173 WS-C2960S-24PS-L

+Stacking

Catalyst 2960S 24 GigE PoE 370W, 4 x SFP LAN Base 1

10.174 C2960S-STACK Catalyst 2960S FlexStack Stack Module optional for LAN Base 1

10.175 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 1

10.176 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B 1

10.177 CON-SNT-2960S2PS SMARTNET 8X5XNBD Catalyst 2960S Stack 1

MOC High Performance Network & DC Project

19

10.178 GLC-LH-SMD= 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

2

10.179 PWR-CLIP Power retainer clip for compact switches 1

WS-C2960S-24PS-L +Stacking 1

10.180 WS-C2960S-24TD-L

+10G

Catalyst 2960S 24 GigE, 2 x 10G SFP+ LAN Base 4

10.181 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 4

10.182 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B 4

10.183 CON-SNT-2960S2TD SMARTNET 8X5XNBD Cat 2960S Stk 24 GigE,2x10G SFP

+LAN Base

4

10.184 GLC-LH-SMD= 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

8

10.185 SFP-10G-LR= 10GBASE-LR SFP Module 4

WS-C2960S-24TD-L +10G 4

10.186 WS-C2960S-48FPD-L Catalyst 2960S 48 GigE PoE 740W, 2 x 10G SFP+ LAN Base 3

10.187 C2960S-STACK Catalyst 2960S FlexStack Stack Module optional for LAN Base 3

10.188 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 3

10.189 CON-SNT-2960S4FD SMARTNET 8X5XNBD Cat 2960S Stk48 GigE PoE 740W,2x10G

LANB

3

10.190 GLC-LH-SMD= 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm,

DOM

6

10.191 SFP-10G-LR= 10GBASE-LR SFP Module 3

WS-C2960S-48FPD-L 3

10.192 WS-C2960S-48FPD-L

+Stacking

Catalyst 2960S 48 GigE PoE 740W, 2 x 10G SFP+ LAN Base 1

10.193 C2960S-STACK Catalyst 2960S FlexStack Stack Module optional for LAN Base 1

10.194 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 1

10.195 CON-SNT-2960S4FD SMARTNET 8X5XNBD Cat 2960S Stk48 GigE PoE 740W,2x10G

LANB

1

10.196 SFP-10G-LR= 10GBASE-LR SFP Module 2

WS-C2960S-48FPD-L +Stacking 1

MOC Remote sites network Equipment List All the devices and equipments attached in this table must be for each of the six Remote sites (Amarah, Noor,

Halfaya, Buzurgan, Ozair, GRS)

Line # Items Qty.

10.197 Cisco Switch L3 - 24 Ports 3750 basic 1

10.198 Cisco Switch L3 - 24 Ports PoE Load Balance 3750 2

10.199 Cisco ASA Device 5510 1

10.200 Panduit Zone Cabling Wall Mount Cabinet with Windowed Front Door, BL 12 RU 2

10.201 Panduit Rack Mount 19" (483mm) Front Mount Shelf 1 RU 1

10.202 Panduit 1 RU Horizontal, (10) C-13, 230V, 16A Single-Phase POU 1

10.203 Panduit 24-port patch panel with labels, supplied with six factory installed CFFPL4 type front

removable snap-in faceplates. 2

MOC High Performance Network & DC Project

21

10.204 Horizontal Cable Strain Relief Bar 2

10.205 Panduit Category 6A, RJ45, 10 Gb/s, 8-position, 8-wire universal module. Includes patent

pending MaTriX split foil tape. 48

10.206 Panduit Category 6A, low smoke zero halogen (LSZH), 4-pair, UTP copper cable. Copper

conductors are 23 AWG with HDPE insulation. Conductors are twisted in pairs, separated by

an integrated pair divider, surrounded by a patent-pending matrix tape and protected by a low

smoke zero halogen (LSZH) jacket.

7

10.207 Panduit 86mm x 86mm single gang faceplate frame and one 1/2-size sloped shuttered module

insert. 32

10.208 Panduit Category 6A, RJ45, 10 Gb/s, 8-position, 8-wire universal module. Includes patent

pending MaTriX split foil tape. 32

10.209 Panduit Copper Patch Cord, Cat 6A, Blue UTP LSZH Cable - 1Mtr 48

10.210 Panduit Copper Patch Cord, Cat 6A, Blue UTP LSZH Cable - 2Mtr 15

10.211 Panduit Copper Patch Cord, Cat 6A, Blue UTP LSZH Cable - 3Mtr 15

Data Center Equipment list

Line # Description Unit QTY

Cabinets and Racks

Network cabinets

10.212 =77mm x 45RU x 1200mm Deep Net-Access Cabinet with dual hinge

perforated front door, split perforated rear doors, no side Panels, management

fingers, and cage nut rails in Black.

PC ;

10.213 Cabinet End Channel Slack Spool PC 67

10.214 Cabinet Network Slack Spool Center Adjustable PC 67

10.215 Panduit 45 RU 1200mm screw-on Side Panel PC 9

Server Cabinets

10.216 Panduit 800mm x 45RU x 6777 mm Deep Net-Access Cabinet with single front

perforated door, split perforated rear doors, and no side Panels in Black

PC 6;

10.217 Panduit 42 and 45 RU Finger Kit 1070mm PC 6;

10.218 Panduit 45 RU 1070mm screw-on Side Panel PC 9

PDUs

10.219 87Amp , Single Phase ,Vertical, Bottom Fed PDU, 32Amp 3Pin Commando on

3 meters Standard Cable, 32A split into 2 x 16Amp branch circuits with 16Amp

Single pole MCB per branch with protective screw cover. Total 24 x C13 no

neon (12 Per branch), 6 x C19 no neon (3 Per branch), Power on Neon and

Neon per branch. Monitor Only

PC 99

10.220 POU Brackets for Switch Cab PC ;

Copper system

CAT6A UTP Pre-Terminated Cable

MOC High Performance Network & DC Project

21

10.221 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 6 Meters PC =

10.222 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 7 Meters PC =

10.223 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 8 Meters PC =

10.224 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 9 Meters PC =

10.225 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 10 Meters PC =

10.226 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 11 Meters PC =

10.227 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 12 Meters PC =

10.228 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 13 Meters PC =

10.229 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 14 Meters PC =

10.230 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 15 Meters PC =

10.231 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 16 Meters PC =

10.232 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 17 Meters PC =

10.233 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 18 Meters PC =

10.234 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 19 Meters PC =

10.235 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 20 Meters PC =

10.236 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 21 Meters PC =

10.237 QN Cable Assembly, Cat ; A LSZH UTP Matrix Cable, Jack to Jack, 21 Meters PC =

Server cabinets - EDA

10.238 79- port unpopulated UTP modular intelligent module-ready patch panel.

Accepts all Mini-Com® UTP and LC Fiber Optic Modules at Campus Building

PC 87

10.239 Horizontal Cable Strain Relief Bar PC 87

Network cabinets - DC CC

10.240 PVQ-MIQAPU24 24-port unpopulated angled UTP modular intelligent

module-ready patch panel. Accepts all Mini-Com® UTP and LC Fiber Optic

Modules at Data Center Building

PC 8;

10.241 Panduit Horizontal Cable Strain Relief Bar PC 8;

Cat6A UTP Patchcords

10.242 67Gig™ UTP Enhanced Interconnect Patch Cord for use with PViQ™ Patch

Panel, CM rated. 1.5 Mtr

PC 8=9

10.243 67Gig™ UTP Enhanced Interconnect Patch Cord for use with PViQ™ Patch

Panel, CM rated. 2 Mtr

PC 9;9

MOC High Performance Network & DC Project

22

10.244 67Gig™ UTP Enhanced Interconnect Patch Cord for use with PViQ™ Patch

Panel, CM rated. 3 Mtr

PC =7

10.245 67Gig™ UTP Enhanced Interconnect Patch Cord for use with PViQ™ Patch

Panel, CM rated. 5 Mtr

PC 97

10.246 Copper Patch Cord ,PanView, UTP, Cat 6A (10 Gig), 1.5m, BU PC 97

10.247 Copper Patch Cord ,PanView, UTP, Cat 6A (10 Gig), 2m, BU PC 97

Fiber System

Panduit OM3 Pre-Terminated MTP Cable

10.248 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 5m

PC =

10.249 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 6m

PC =

10.250 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 7m

PC =

10.251 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 8m

PC =

10.252 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 9m

PC =

10.253 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 10m

PC 6;

10.254 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 11m

PC 6;

10.255 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 12m

PC =

10.256 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 13m

PC =

10.257 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 14m

PC =

MOC High Performance Network & DC Project

23

10.258 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 15m

PC =

10.259 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 16m

PC =

10.260 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 17m

PC =

10.261 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 18m

PC =

10.262 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 19m

PC 6;

10.263 OM3 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 20m

PC 6;

Panduit OS1/OS2 Pre-Terminated MTP Cable

10.264 OS1/OS2 12-fiber, small diameter indoor trunk cable assembly, low smoke zero

halogen rated (LSZH ,)MPO female to MPO female, Method A Std. IL with

pulling eye on end A. 8m

PC 6;

Server cabinets - EDA

10.265 PViQ™ 24-Port OM3 MTP Fiber Tray including 24 (CMDSAQLCZBL) LC

SR./SR. 10Gig™ SFF Duplex Multimode Aqua Adapters with Zirconia

Ceramic Split Sleeves.

PC 87

Network cabinets - DC CC

10.266 PViQ™ 24-Port OM3 MTP Fiber Tray including 24 (CMDSAQLCZBL) LC

SR./SR. 10Gig™ SFF Duplex Multimode Aqua Adapters with Zirconia

Ceramic Split Sleeves.

PC 97

Network cabinets - Core

10.267 PViQ™ 24-Port OM3 MTP Fiber Tray including 24 (CMDSAQLCZBL) LC

SR./SR. 10Gig™ SFF Duplex Multimode Aqua Adapters with Zirconia

Ceramic Split Sleeves.

PC =

Network cabinets - Campus CC

10.268 PViQ™ 24-Port ,Single-Mode Fiber Tray including 24 (CMDSLCZBU) LC

SR./SR. SFF Duplex Singlemode Blue Adapters with Zirconia Ceramic Split

Sleeves.

PC =

MOC High Performance Network & DC Project

24

Fiber Patchcords

10.269 PViQ LC to standard LC fiber, OM3 interconnect patch cord, low smoke zero

halogen, 1.5m

PC 69=

10.270 PViQ LC to standard LC fiber, OM3 interconnect patch cord, low smoke zero

halogen, 2.0m

PC 69=

10.271 PViQ LC to standard LC fiber, OM3 interconnect patch cord, low smoke zero

halogen, 3.0m

PC 67=

10.272 PViQ LC to standard LC fiber, OM3 interconnect patch cord, low smoke zero

halogen, 5.0m

PC 97

10.273 PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber interconnect

patch cord, low smoke zero halogen, 1.6mm jacketed cable. 2 meter

PC 77

10.274 PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber interconnect

patch cord, low smoke zero halogen, 1.6mm jacketed cable. 3 meter

PC 77

10.275 PanView iQ duplex LC to duplex standard LC, OS1/OS2, fiber interconnect

patch cord, low smoke zero halogen, 1.6mm jacketed cable. 5meter

PC 77

10.276 Fiber Patch Cord ,PanView, LSZH 50/125 OM4, LC-LC, 2m PC 97

10.277 Fiber Patch Cord ,PanView, LSZH 50/125 OM4, LC-LC, 3m PC 97

10.278 Fiber Patch Cord ,PanView, LSZH 50/125 OM4, LC-LC, 5m PC 97

10.279 Fiber Patch Cord ,PanView, LSZH Single Mode, LC-LC, 2m PC 97

10.280 Fiber Patch Cord ,PanView, LSZH Single Mode, LC-LC, 3m PC 97

Intelligent Hardware & Software system

10.281 PanView iQ Panel Manager PC 97

10.282 87W power supply for UK PC 97

10.283 PanView iQ Expansion Module PC 66;

10.284 Base module of the PIM ™Software Solution PC 6

10.285 (50-199) racks Connectivity module of the PIM™ Software Solution PC 6

10.286 Asset tracking and utilization module of the PIM™ Software Solution, (50-199)

racks.

PC 6

10.287 Dashboards and reports module of the PIM™ Software Solution (50-199 racks.) PC 6

10.288 Comprehensive annual maintenance agreement covering both PIM™ Software

Platform and PViQ™ System Hardware.

PC 6

10.289 Hawk-i³ Single PSU, 6 sensors, 4 x PDUS, 2 x access control ports, 2 x outputs,

IEC power lead

PC 77

MOC High Performance Network & DC Project

25

10.290 Temperature Sensor module (requires patch lead) PC ;;

10.291 Humidity Sensor ( requires patch lead) PC 77

10.292 Air Flow Sensor (4m cable) PC 77

10.293 DCIQ Enterprise up to 25 containers (includes Enhanced Reporting & first year

support contract)

Includes 2 named users and all license fee's

PC 6

Fiberrunner - Cable Tray

Channels

10.294 Panduit FiberRunner ; x4 7 M Channels MT 87

10.295 Panduit FiberRunner Snap-on 2M Hinged Cover 2M for 6X4 channel. MT 87

10.296 Panduit6x4 FiberRunner QuickLock™ Coupler for FiberRunner ; x4. PC 6:

10.297 Panduit 6x4 Horizontal Tee Fitting PC 7

10.298 Panduit Split Cover for ; x4 Horizontal Tee Fitting PC 7

10.299 Panduit 6x4 FiberRunner QuickLock™ Coupler for 6x4 Horizontal Tee Fitting PC ;

10.300 Panduit Fitting ,Horizontal Right Angle, 6 "x 4 "FiberRunner, YL PC 9

10.301 Panduit Split Cover ,Horizontal Right Angle, 6 "x 4 "FiberRunner, YL PC 9

10.302 Panduit 6x4 FiberRunner QuickLock™ Coupler for 6x4 Horizontal Tee Fitting

for Right Angle

PC =

Drops

10.303 Panduit Spill-Over Junction Fitting with 4x4 Exit PC 77

10.304 Panduit Spill-Over Junction with 4x4 Exit Cover, 6x4 Channel PC 77

10.305 Panduit Fitting, 2-Port Spillout to 1.5 ( "8= mm) Inside Diameter Corrugated

Tubing

PC 77

10.306 Panduit Couplers for 2 port spillers - spill to 1.5" PC 77

10.307 Panduit Corr. Loom Tubing Slit, 1.50 ( "8=.6 mm) X 10' (3.0m), Yellow PC 67

Fixation

10.308 Panduit FiberRunner Threaded Rod Trapeze Bracket for Wyr-Grid 18 "Width PC 87

10.309 Panduit THREADE ROD COVER - Pkt of 100 nos PC 77

10.310 Panduit 3/8 nut driver PC 6

MOC High Performance Network & DC Project

26

10.311 Panduit 7/16 nut driver PC 6

Wyr-Grid - Cable Raceway

Data Cable

10.312 Panduit Wyr-Grid Pathway, 18 "W x 10' L PC 677

10.313 Panduit Splice Connector for 12 "to 18 "Wide Wyr-Grid Pathway PC 67

10.314 Panduit Intersection Splice for Wyr-Grid Pathway PC ;

10.315 Panduit Sidewall ,9 " High, Wyr-Grid, Black PC ;7

10.316 Panduit Bottom Waterfall for Wyr-Grid Pathway PC 6;

10.317 Panduit Sidewall Waterfall for Wyr-Grid Pathway PC ;

10.318 Panduit Bracket ,Trapeze, 18 "Wyr-Grid, Black PC 87

10.319 Panduit Intersection Bend Radius Control, 6 "High, Wyr-Grid, Black PC ;

10.320 Panduit Wyr-Grid Manual Cutting Tool PC 6

Airflow Management

Air Duct for Cisco Swithc 6509

10.321 Net-Access™ N-Type Cabinet Exhaust Duct for high heat density confi

gurations.

Designed for Cisco^ 6509 switch.

PC 7

Airflow Management

10.322 Panduit Cool Boot ® Cabinet Top Air Sealing Fitting for 3.5 x 5 cabinet PC 677

10.323 Panduit Raised Floor Air Sealing Grommet PC 99

Blanking Panel

10.324 Panduit Dimensions ?6.=" H x 19.0"W (44mm x 483mm). 1U PC 67

10.325 Panduit Dimensions ?8.:" H x 19.0"W (89mm x 483mm). 2U PC 67

10.326 Panduit Dimensions ?<.7" H x 19.0"W (178mm x 483mm). 4U PC :

10.327 Panduit Dimensions ?69.7" H x 19.0"W (355mm x 483mm). 8U PC :

Grounding and Bonding Solution

10.328 Grounding Busbar, BICSI 1/4 "X 4 "X 24 ( ";.9 mm x 102mm x 610mm) PC 1

10.329 Grounding Pedestal Quad Clamp (for pedestal 25.4-28.6mm) PC 82

10.330 Common Bonding Network #6 AWG wire MT 111

MOC High Performance Network & DC Project

27

10.331 Die Type, Manual Hydraulic, 14 Ton, Crimping Tool Includes plastic tool case

with die storage Installs #14 AWG - 750 kcmil Pan-Lug™ Compression

Connectors

PC 1

10.332 Crimp dies for CT-920, CT-920CH, CT-930, CT-930CH and CT-2920 tools. PC 1

10.333 Crimp dies for CT-920, CT-920CH, CT-930, CT-930CH and CT-2920 tools. PC 1

10.334 Crimp die for CT-920 and CT-930. PC 1

10.335 Copper Compression CTAP's, Thin Wall, Tin-Plated, #6 - #4 AWG Run, #12 -

#6 AWG Tap

PC 82

10.336 CBN ( Common Bonding Network) Jumper Kits PC 88

10.337 Flex lug, long barrel, #6 AWG, 2-hole, 3/8 "stud holes, 1.00 hole spacing. PC 1

10.338 Flex lug, long barrel, #2 AWG, 2-hole, 3/8 "stud holes, 1.00 hole spacing. PC 1

11. The system of VOIP The VOIP system must be supplied with all equipment‟s, applications and necessary devices taking into account the

possibility of future expansion.

11.1 The software required to activate the system should be original and licensed in the name of Missan Oil

Company.

11.2 Technical support and maintenance of devices for three years.

11.3 Technical support and maintenance of the network for three years.

11.4 Design\installing\ support should be responsibility of the bidder.

11.5 Supplying the company by letter supported from the manufactured companies for the implemented company.

11.6 Supplying a support letter for the project from Iraq _ CISCO office exclusive for products provided from

CISCO Company and supplying all licenses for the software in the name of MOC. As in the following tables:

Cisco VOIP Missan oil company Headquarter

Line # Product Name Description QTY

11.1 CP-CASE-7926G= Cisco 7926G Leather Carry Case 50

11.2 IP Phone Expansion Black Cisco Unified IP Color Key Expansion Module, Charcoal 10

11.3 CON-SNT-CPCKEMC1 SMARTNET 8X5XNBD Cisco Unified IP Color Key 10

IP Phone Expansion Black 10

11.4 IP Phone 6901 Cisco UC Phone 6901, Charcoal, Standard handset 50

11.5 CON-SNT-6901CHST SMARTNET 8X5XNBD Cisco Unified IP Phone 6901,

Charcoal, ST

50

IP Phone 6901 50

11.6 IP Phone 7937 Voice

Conference

Cisco UC Conference Station 7937 Global 10

11.7 CON-SNT-CP7937 SMARTNET 8X5XNBD Cisco IP Conference Station 7937

Global

10

IP Phone 7937 Voice Conference 10

11.8 IP Phone 9971 Arabic Black Cisco UC Phone 9971, Charcoal, Arabic keypad, Std HS 50

11.9 CON-SNT-CP9971 SMARTNET 8X5XNBD Cisco UC Phone 9971, Charcoal,

Arabic

50

IP Phone 9971 Arabic Black 50

11.10 IP Phone Expansion Cable 7900 Series Transformer Power Cord, United Kingdom 10

11.11 IP Phone Expansion DC IP Phone power transformer for the 89/9900 phone series 10

MOC High Performance Network & DC Project

28

11.12 IP Phone Wireless 7926G

+Barcode Scan

Cisco 7926G World Mode; CCM/CCME UL Reqd; Batt/PS

Not Inc

50

11.13 Voice 7925 Extended Bat Cisco 7925G Battery, Extended 150

11.14 Voice 7925 HOLSTER Cisco 7925G Belt Holster 50

11.15 Voice 7925 USB Cisco 7925G USB Cable 150

11.16 Voice Gateway CISCO3945

12 FXO6 FXS 4 E1

Cisco 3945 Voice Bundle, PVDM3-64, UC License PAK 1

11.17 3900-FANASSY Cisco 3925/3945 Fan Assembly (Bezel included) 1

11.18 C3900-SPE150/K9 Cisco Services Performance Engine 150 for Cisco 3945 ISR 1

11.19 ISR-CCP-EXP Cisco Config Pro Express on Router Flash 1

11.20 MEM-3900-1GB-DEF 1GB DRAM (512MB+512MB) for Cisco 3925/3945 ISR

(Default)

1

11.21 MEM-CF-256MB 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR 1

11.22 PWR-3900-AC Cisco 3925/3945 AC Power Supply 1

11.23 SL-39-IPB-K9 IP Base License for Cisco 3925/3945 1

11.24 SL-39-UC-K9 Unified Communication License for Cisco 3900 Series 1

11.25 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 2

11.26 CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B 1

11.27 CON-SNT-3945V SMARTNET 8X5XNBD Cisco 3945 Voice Bundle, UC

License PAK

1

11.28 EM-HDA-6FXO 6-port voice/fax expansion module - FXO 2

11.29 EVM-HD-8FXS/DID High density voice/fax extension module - 8 FXS/DID 1

11.30 GLC-LH-SM GE SFP, LC connector LX/LH transceiver 1

11.31 GLC-SX-MM GE SFP, LC connector SX transceiver 1

11.32 PVDM3-64U256 PVDM3 64-channel to 256-channel factory upgrade 1

11.33 PWR-3900-AC/2 Cisco 3925/3945 AC Power Supply (Secondary PS) 1

11.34 S39UK9-15204M Cisco 3925-3945 IOS UNIVERSAL 1

11.35 SM-NM-ADPTR Network Module Adapter for SM Slot on Cisco 2900, 3900

ISR

1

11.36 VWIC3-4MFT-T1/E1 4-Port 3rd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 1

11.37 Voice Gateway CISCO3945

12 FXO 6 FXS 4 E1

1

11.38 Voice MultiCharger 7925G Cisco 7925G Multi-Charger Power Supply 150

11.39 Voice UCM 6000BE 200 User

Contact Center 10 Agents+20

IVR

Cisco Business Edition 6000 - Top Level 1

11.40 ADR-UWL-RTU Cisco Jabber for Mobile Android RTU 1

11.41 BE6K-9X-PAK BE6K 9.X PAK (UCM, Unty Cn, CUP) 1

11.42 CCX-90-CMBUNDLE-K9 CCX 9.0 Promo Bundle available only with NEW CUCM or

BE6000

1

11.43 CCX-90-N-P-LIC CCX 9.0 NEW PRE Seat Qty 1 LICENSE ONLY 10

11.44 CCX-90-P-SVR-LIC CCX 9.0 NEW PRE Server License 1

11.45 CCX-90-PROMO-PAK CCX 9.0 autoexpanded Physical Delivery PAK for Promo

Bundles

1

11.46 CIT-SD-16G-C220 16GB SD Card Module for C220 servers 1

11.47 CTI-VCSC-BE6K-PAK Config Only E-Delivery VCS Control PAK PID 1

11.48 IPAD-UWL-RTU Jabber for iPad Right to Use Certificate 1

11.49 JABBER-IM-RTU Jabber for Everyone Right to Use 1

11.50 LIC-VCS-10+ Video Comm Server 10 Add Non-traversal Network Calls 1

11.51 LIC-VCS-BASE-K9 License Key - VCS Encrypted Software Image 1

11.52 LIC-VCS-GW Enable GW Feature (H323-SIP) 1

11.53 LIC-VCSE-5+ Video Communication Server - 5 Traversal Calls 1

11.54 R2XX-RAID10 Enable RAID 10 Setting 1

11.55 UC-A03-D500GC3 500GB 6Gb SATA 7.2K RPM SFF Hot Plug/Drive Sled

Mounted

4

11.56 UC-CPU-E5-2609 2.4 GHz E5-2609/80W 4C/10MB Cache/DDR3 1066MHz 2

MOC High Performance Network & DC Project

29

11.57 UC-MR-1X082RY-A 8GB DDR3-1600-MHz RDIMM/PC3-12800/Dual Rank/1.35v 4

11.58 UC-PSU-650W 650W Power Supply Unit For UCSC C220 Rack Server 1

11.59 UC-RAID-9266 MegaRAID 9266-8i + Battery Backup for C240 and C220 1

11.60 UCM-9X-ENH-UCL BE6K UCM 9X Enhanced User Connect License 500

11.61 UCM-9X-ESS-UCL BE6K UCM 9X Essential User Connect License 100

11.62 UCN-9X-VM-UCL BE6K - Unity Cn 9X - Voicemail license 100

11.63 UCXN-9X-SC-PORTS Unity Connection 9.x SpeechConnect Ports 1

11.64 UPM-BE6K-90-K9 Cisco Unified Provisioning Manager for BE6K 9.0 Image 1

11.65 VMW-VS5-SNS Vmware vSphere Hypervisor SnS 5.0 1

11.66 VOIP-IPH-UWL-RTU Cisco Mobile Voice RTU 1

11.67 ADR-USR-LIC-UWL Cisco Jabber for Mobile for Android 1

11.68 BE6K-SW-9.0 Cisco Business Edition 6000 - Software Version 9.0 1

11.69 BE6K-UCL-100USR BE6000 Bdl w/UCS C Series,UPM,Hypervisor,100 Bas

UCL,100 VMA

1

11.70 BE6K-UCL-BAS2ENH Cisco Business Edition 6000 -Upgrade Basic 2 Enhanced Lic 100

11.71 BE6K-UCL-ENH Cisco Business Edition 6000 - Ehanced User Connect License 400

11.72 BE6K-UCL-ESS Cisco Business Edition 6000 - Essential User Connect License 100

11.73 CAB-9K10A-UK Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK 2

11.74 CCX-90-10P CCX 9.0 10 Premium Seat Bundle 1

11.75 CON-ESW-CCX90NPL ESSENTIAL SW CCX 9.0 NEW PRE Seat Qty 1 LICENSE

ONLY

10

11.76 CON-ESW-UCM-9X-E ESSENTIAL SW BE6K UCM 9X Enhanced 500

11.77 CON-ESW-UCM9XESS ESSENTIAL SW BE6K UCM 9X Essentia 100

11.78 CON-ESW-UCN9XVCL ESSENTIAL SW BE6K - Unity Cn 9X - 100

11.79 CUP9-ONPREM-OPT Included CUCM IM and Presence for on-premise use 1

11.80 JAB9-IPAD-UWL Cisco Jabber for iPad 1

11.81 JABBER-IM-ADDON Jabber for Everyone Additional IM Users 200

11.82 UCSC-PSU-650W 650W power supply for C-series rack servers 1

11.83 UCSS-U-6K-ENH-3-1 BE6K - UCSS for Enhanced User - 3 Years - 1 User 500

11.84 UCSS-U-6K-ESS-3-1 BE6K - UCSS for Essential User - 3 Years - 1 User 100

11.85 UCSS-U-6K-VM-3-1 BE6K - UCSS for VM User - 3 Years - 1 User 100

11.86 UCSS-U-CCX-P-3-1 UCSS for CCX PRE for - 1 users 3 Year Sub 10

11.87 VMW-VS5-HYP-K9 Vmware vSphere - Hypervisor 5.0 1

11.88 VOIP-IPH-UWL Cisco Mobile Voice Client for iPhone 1

Voice UCM 6000BE 200 User Contact Center 10 Agents+20 IVR 1

11.89 Voice UCM 6000BE

Redundant

Cisco Business Edition 6000 - Top Level 1

11.90 BE6K-9X-PAK BE6K 9.X PAK (UCM, Unty Cn, CUP) 1

11.91 CCX-90-CMBUNDLE-K9 CCX 9.0 Promo Bundle available only with NEW CUCM or

BE6000

1

11.92 CIT-SD-16G-C220 16GB SD Card Module for C220 servers 1

11.93 CTI-VCSC-BE6K-PAK Config Only E-Delivery VCS Control PAK PID 1

11.94 LIC-VCS-10+ Video Comm Server 10 Add Non-traversal Network Calls 1

11.95 LIC-VCS-BASE-K9 License Key - VCS Encrypted Software Image 1

11.96 LIC-VCS-GW Enable GW Feature (H323-SIP) 1

11.97 LIC-VCSE-5+ Video Communication Server - 5 Traversal Calls 1

11.98 R2XX-RAID10 Enable RAID 10 Setting 1

11.99 UC-A03-D500GC3 500GB 6Gb SATA 7.2K RPM SFF Hot Plug/Drive Sled

Mounted

4

11.100 UC-CPU-E5-2609 2.4 GHz E5-2609/80W 4C/10MB Cache/DDR3 1066MHz 2

11.101 UC-MR-1X082RY-A 8GB DDR3-1600-MHz RDIMM/PC3-12800/Dual Rank/1.35v 4

11.102 UC-PSU-650W 650W Power Supply Unit For UCSC C220 Rack Server 1

11.103 UC-RAID-9266 MegaRAID 9266-8i + Battery Backup for C240 and C220 1

11.104 UCSC-C220-M3SBE UCS C220 M3S BE Server 1

11.105 UCXN-9X-SC-PORTS Unity Connection 9.x SpeechConnect Ports 1

MOC High Performance Network & DC Project

31

11.106 UPM-BE6K-90-K9 Cisco Unified Provisioning Manager for BE6K 9.0 Image 1

11.107 VMW-VS5-SNS Vmware vSphere Hypervisor SnS 5.0 1

11.108 BE6K-MIG-BDL BE 6000 Migration Bundle with UCS C Series - UPM

Hypervisor

1

11.109 BE6K-SW-9.0 Cisco Business Edition 6000 - Software Version 9.0 1

11.110 CAB-9K10A-UK Power Cord, 250VAC 10A BS1363 Plug (13 A fuse), UK 2

11.111 CON-SNT-UCSC-C22 SMARTNET 8X5XNBD UCS C220 M3S BE Serv 1

11.112 UCSC-PSU-650W 650W power supply for C-series rack servers 1

11.113 VMW-VS5-HYP-K9 Vmware vSphere - Hypervisor 5.0 1

Voice UCM 6000BE Redundant 1

11.114 Voice WL Phone 7925G-EX Cisco Unified Wireless IP Phone 7925G-EX, World Mode 50

11.115 CON-SNT-CP7925EX SMARTNET 8X5XNBD Cisco Unified Wireless IP Phone

7925G-EX

50

Voice WL Phone 7925G-EX 50

12. Wireless System Installing and activating the systems of antenna communication inside and outside the buildings of the company and

link it with optical network and according to the conditions and qualifications shown in the table of equipments

mentioned later.

12.1 The software required to activate the system should be original and licensed in the name of MOC.

12.2 Technical support and maintenance of devices and network for three years is required.

12.3 design\installation\ and activation should be responsibility of the bidder.

12.4 Supplying the company by letter of support from the manufactured companies for the implemented company.

12.5 Supplying a support letter for the project from Iraq _ CISCO office exclusive for products provided from

CISCO Company and supplying all licenses for the software in the name of Missan Oil Company (MOC).

12.6 Warranty of three years for the devices is required from the date of devices commissioning.

Cisco wireless & Management Missan oil company HQ

Line # Product Name Description QTY

12.1 AIR-CAP2602I-E-K9 802.11n CAP w/CleanAir; 3x4:3SS; Mod; Int Ant; E Reg Domain 150

12.2 AIR-AP-BRACKET-1 802.11n AP Low Profile Mounting Bracket (Default) 150

12.3 AIR-AP-T-RAIL-R Ceiling Grid Clip for Aironet APs - Recessed Mount (Default) 150

12.4 CON-SNT-C262IE SMARTNET 8X5XNBD 802.11n CAP w/CleanA 150

12.5 SWLAP2600-MESH-K9 Enterprise Wireless Mesh - AP2600 Controller-based SW Image 150

12.6 AIR-CAP2602I-E-K9 150

12.7 AIR-CT5508-100-K9 Cisco 5508 Series Wireless Controller for up to 100 Aps 2

12.8 LIC-CT5508-100 100 AP Base license 2

12.9 LIC-CT5508-BASE Base Software License 2

12.10 AIR-PWR-5500-AC Cisco 5500 Series Wireless Controller Redundant Power Supply 2

12.11 AIR-PWR-CORD-UK AIR Line Cord United Kingdom 4

12.12 CON-SNT-CT08100 SMARTNET 8X5XNBD Cisco 5508 Series 2

12.13 GLC-T= 1000BASE-T SFP 8

12.14 SWC5500K9-73 Cisco Unified Wireless Controller SW Release 7.3 2

12.15 AIR-CT5508-100-K9 2

12.16 L-LIC-CT5508-UPG Primary SKU for CT5508 upgrade licenses (Delivery via Email) 2

12.17 CON-SNT-LCT250A SMARTNET 8X5XNBD 250 AP Adder Lic for the 5508 Controller 2

12.18 L-LIC-CT5508-250A 250 AP Adder License for the 5508 Controller (eDelivery) 2

12.19 L-LIC-CT5508-UPG 2

12.20 L-NCS-1.0-K9 Cisco NCS Software and Device Count License 1

12.21 CON-SAU-NCS1100 SW APP SUPP + UPGR Cisco Prime NCS SOFTWARE AND Licence 2

12.22 CON-SAU-NCS1K9 SW APP SUPP + UPGR Cisco NCS Software and Device Count Lic 1

12.23 L-NCS-1.0-100 Cisco Prime NCS SOFTWARE AND License to manage 100 devices 2

12.24 L-NCS-1.0-K9 1

12.25 PRIME-NCS-APL-K9 Cisco Prime Network Control System Hardware Appliance 1

12.26 AIR-PWR-CORD-UK AIR Line Cord United Kingdom 2

MOC High Performance Network & DC Project

31

12.27 CON-SNT-NCSAPL9 SMARTNET 8X5XNBD Cisco Prime Network Control System HW 1

12.28 PI-APL-IMAGE-1.2 Cisco Prime Infrastructure 1.2 Appliance Software 1

12.29 PRIME-NCS-APL-K9 1

12.30 R-PI12-K9 Cisco Prime Infrastructure 1.2 1

12.31 L-PI12-LF-100-LIC Prime Infrastructure 1.2 - Lifecycle - 100 Device Lic PAK 1

12.32 L-PI12-LF-500-LIC Prime Infrastructure 1.2 - Lifecycle - 500 Device Lic PAK 1

12.33 L-PILMS42-100 Prime Infrastructure LMS 4.2 - 100 Device Base Lic 1

12.34 L-PILMS42-500 Prime Infrastructure LMS 4.2 - 500 Device Base Lic 1

12.35 CON-SAU-PI12LF1H SW APP SUPP + UPGR PI 1.2 - Lifecycle - 100 Device Lic 1

12.36 CON-SAU-PI12LF5H SW APP SUPP + UPGR PI 1.2 - Lifecycle - 500 Device Lic 1

12.37 L-PI12-LF-100 Prime Infrastructure 1.2 - Lifecycle - 100 Device Lic 1

12.38 L-PI12-LF-500 Prime Infrastructure 1.2 - Lifecycle - 500 Device Lic 1

12.39 R-PI12-BASE-K9 Prime Infrastructure 1.2 Base License and Software 1

12.40 R-PI12-K9 1

12.41 Wireless Outdoor

AIR-CAP1552SA-E-K9

802.11n Outdoor Access Point w/ISA100 Gateway, AC, E Reg Dom 20

12.42 SWAP1500-BTIMGE-K9 Cisco 1500 Series Boot Image 20

12.43 AIR-ANT2450V-N-HZ 2.4 GHz 5 dBi Omni Antenna, N conn, HazLoc 40

12.44 AIR-ANT2547V-N-HZ 2.4 GHz 4dBi/5 GHz 7dBi Dual Band Omni Ant, N conn, HazLoc 60

12.45 CON-SNT-AIRCAP1EK SMARTNET 8X5XNBD 802.11n Outdoor Acce 20

12.46 Wireless Outdoor AIR-

CAP1552SA-E-K9

20

13. The system of video conferences (VTC) The selected sites in the main center of Missan oil company (MOC-HQ) that contained the system of (VTC) are: (the

office of the director general, new rest house, IT Building), the minimum requirements that every location should have

are:

13.1 The devices of video conferences system kind (Polycom HDX or Cisco) high value.

13.2 Display Video wall matrix screen LCD Ultra HD (3x4 46” Brand: Sony, LG, Samsung, Panasonic, and Bosch).

13.3 (Polycom VTC Switch or Cisco) is able to deal with signs of (VTC systems).

13.4 All licenses used in the programs should be original and licensed in the name of MOC.

13.5 The warranty with supplying the technical support and maintenance all services for three years.

13.6 Designing, installing, activating and any other works should be responsibility of the contractor.

14. Microsoft Domain, Exchange, SharePoint, TMG servers

Design/supply/install/commission MS servers (windows sever Domain, MS SharePoint server, Exchange server,

Security Policy and TMG) with the latest versions; the bidder must take into the considerations the high availability,

scalability, reliability and disaster recovery issues.

Note: the number of domain users is (400).

15. Four Panasonic tough book CF 31 laptop Computers.

16. Electronic signature :- The contractor should supply the (MS based) state of the art technology for document electronic signature solution and

it must be compatible and integrated with overall system.

17. Wide Area Network (WAN): The supplier must submit a High Availability WAN solution to connect the remote sites with the

Headquarter and must include but not limited to the following:

17.1 Datacenter aggregation links should be at least 1Gbps or multiple 1Gbps Ethernet.

17.2 Datacenter WAN routers (ASR1006) are supplied with Ethernet interfaces only. For other types of

interfaces, either another router or interface is required.

17.3 A redundant WAN link is required in main datacenter to provide high availability to branch sites, the

redundant link ideally should be from another physical cable and path to make sure if any failure on

the first link caused by cable cut or switch failure does not affect the second link.

MOC High Performance Network & DC Project

32

17.4 The second redundant link speed can be of different speeds such as 100 Mbps but this means that

services in branches can be highly impacted by degraded network performance.

17.5 All remote site routers (ISR G2 3945) are supplied with three types of interfaces.

17.6 Ethernet (10/100/1000).

17.7 Sync.Serial interface for HDLC leased lines up to 2 Mbps.

17.8 E1 Channelized Data up to 2 Mbps.

17.9 ISDN PRI.

17.10 Each (ASR 1006) router is configured with dual CPU and PSU providing H/W redundancy

aggregation services Router ASR.

18. Security Equipments: the network and datacenter must include a security solutions As in the

following table:

Cisco security Missan oil company HQ Line

#

Product Name Description QTY

18.1 Internet FW ASA5555-X ASA 5555-X with SW, 14GE Data, 1GE Mgmt, 2AC, 3DES/AES 2

18.2 ASA-ANYCONN-CSD-K9 ASA 5500 AnyConnect Client + Cisco Security Desktop Software 2

18.3 ASA-IC-6GECU-INC-C ASA 5545-X/5555-X Intf Card 6-port 10/100/1000 (Incl w/ Bdl) 2

18.4 ASA-PWR-AC ASA 5545-X/5555-X AC Power Supply 4

18.5 ASA-VPN-CLNT-K9 Cisco VPN Client Software (Windows, Solaris, Linux, Mac) 2

18.6 ASA5500-ENCR-K9 ASA 5500 Strong Encryption License (3DES/AES) 2

18.7 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 2

18.8 ASA-UC-50 ASA 5500 UC Proxy 50 Session License 2

18.9 ASA5500-SC-50 ASA 5500 50 Security Contexts License 2

18.10 ASA5555-BOT-1YR ASA 5555-X Botnet Traffic Filter License for 1 Year 2

18.11 CAB-ACU AC Power Cord (UK), C13, BS 1363, 2.5m 4

18.12 CON-SNT-A55CU29 SMARTNET 8X5XNBD ASA 5555-X with SW, 2

18.13 SF-ASA-X-9.1-K8 ASA 9.1 Software image for ASA 5500-X Series,5585-X & ASA-

SM

2

18.14 Internet FW ASA5555-X 2

18.15 Security Core FW

ASA5585-FW+IPS

ASA 5585-X Chas w/SSP60,IPS SSP60,12GE, 8 SFP+,2 AC,

3DES/AES

2

18.16 ASA-ANYCONN-CSD-K9 ASA 5500 AnyConnect Client + Cisco Security Desktop Software 2

18.17 ASA-IPS-60-INC-K9 ASA 5585-X IPS Security Services Processor-60 with 6GE,4SFP+ 2

18.18 ASA-SSP-60-INC ASA 5585-X Security Services Processor-60 with 6GE, 4SFP+ 2

18.19 ASA5500-ENCR-K9 ASA 5500 Strong Encryption License (3DES/AES) 2

18.20 ASA5585-BLANK-HD ASA 5585-X Hard Drive Blank Slot Cover 8

18.21 ASA5585-PWR-AC ASA 5585-X AC Power Supply 4

18.22 ASA5585-SEC-PL ASA 5585-X Security Plus License (Enables 10G SFP+ Ports) 2

18.23 SF-ASA-IPS-7.1-K9 ASA 5500-X IPS Software 7.1 for IPS SSP 2

18.24 ASA-VPN-CLNT-K9 Cisco VPN Client Software (Windows, Solaris, Linux, Mac) 2

18.25 ASA5500-SC-50 ASA 5500 50 Security Contexts License 2

18.26 CAB-BS1363-C19-UK BS-1363 to IEC-C19 14ft UK 4

18.27 CON-SU1-A85S6P69 IPS SVC, AR NBD ASA 5585-X Chas w/SSP60,IPS SSP60,12GE 10

18.28 SF-ASA-X-9.0-K8 ASA 9.0 Software image for -X platforms and ASA-SM Blade 2

18.29 SFP-10G-SR 10GBASE-SR SFP Module 4

18.30 SFP-H10GB-CU5M 10GBASE-CU SFP+ Cable 5 Meter 4

Security Core FW ASA5585-FW+IPS 2

19. Training: The Bidder shall conduct training to familiarize MOC IT team with the operations and maintenance

procedures of the MOC-HPNDC. MOC in consultation with the Bidder shall decide the detailed scope and

schedule of training. The Bidder will provide all the training material. The training shall cover all the systems

involved in the build of the MOC-HPNDC.The bidder must conduct training courses as specified in the

following table:

Item Training Type Course Name No. of

Trainees

MOC High Performance Network & DC Project

33

19.1 Panduit Training (Datacenter) Panduit Certified Installer

6

19.2 C Net Certified Datacenter Design Professional (CDCDP)

19.3 Cisco Training (Network and

VOIP systems)

CCNA, CCNA Security, CCNA Wireless, CCNA Voice ,

CCNP

19.4 Oracle (SUN) SAN Storage Storage Area Network (SAN)

19.5 Microsoft Training MCITP Domain Administration, Exchange, SharePoint,

TMG.

5

19.6 VTC Training Polycom or Cisco 2

19.7 E-Signature Depends on the provided technology 2

19.8 Cooling System Depends on the provided technology 2

- The training must be outside Iraq and free of charge.

- The training must be done before the participating in the configuration of the data center equipments.

- The training consist of two parts:

- Certified training: that must be given in authorized training centers.

- Practical training: during installation and configuration of the overall project in the supplier laboratories and

workshops.

20. General Conditions and agreements

The award of the contract will be based on both Technical and commercial offers and should meet and show the clear

understanding of the technical requirements of MOC. The MOC shall evaluate each Offeror‟s planned approach to

manage the project in keeping with the requirements of the Contract, and shall rate each Offeror‟s proposal in terms of

the Offeror‟s technical capability to successfully manage the project to completion. To conduct this evaluation, the

MOC requires specific information and data related to technical and management capability.

1- The MOC shall rate more favorably a proposal that includes a realistic schedule for all major elements of the

project. Also MOC shall neglect Any proposal do not show letter of support from the manufacturers of the main

parts in the projects, since the inability to get this letter of support could cause delay or holding the project.

2- Provide Manufacturing Authorization Forms (MAF) from Cisco, Sun, and Polycom official representative

offices in Iraq.

3- Eligible for support and service plan from the manufacturer supplied with valid licenses under the name of

(Missan Oil Company) to use the software.

4- Registered in the name of customer and the name of the customer will be reported to the manufacturer, end

customer name should be (Missan Oil Company).

5- Any device or equipment mentioned in the bill of materials being in the end of life status must be replaced by

the bidder with the latest equivalent after discussion with MOC representatives.

6- Supply certificate of origin generated from Cisco systems entitled to (Missan Oil Company).

7- The bidder must supply all the test equipments and tools kits that used in testing, troubleshooting, and

calibration for overall project components (fiber optic, wireless network, wired network, datacenter, electrical

…etc.).

8- MOC will take in to account the CV of the company, similar works, proposed Key Personnel at the project sites.

21. Evaluation Criteria The evaluation process of the tender proposed to be adopted by the Purchaser is indicated under this clause. The

purpose of this clause is only to provide the Tenderers an idea of the evaluation process that the Purchaser may adopt.

However, the Purchaser reserves the right to modify the evaluation process at any time during the Tender process,

without assigning any reason, whatsoever, and without any requirement of intimating the tenderers of any such

change. Each bid shall be evaluated by a selection committee utilizing a number of criteria, as specified below:

1. Bidders must provide references of similar projects that they have undertaken and the experience in the

supply, installation and maintenance work in similar equipment and works. The proof of such experience in

any government organization or in private companies should be attached with the tender.

2. Availability of after sales. Proof of a Service Center in Iraq. Attach copies of registration with the Registrar of

Companies and the Iraq Revenue Authority.

3. Authorized dealership of quoted products. The latest copy of dealership certificate from the Original

Equipment Manufacturer (OEM) should be attached with the bid.

MOC High Performance Network & DC Project

34

4. Technical literature for each product/service, covering full technical specifications.

5. Warranty period.

6. Main bidder is favored in awarding than the sub bidders.

7. The lowest time schedule is taken in consideration.

22. Requirements that should fulfilled by the bidders 1- The bidder is required to visit the site in order to quote for the civil works such as installation of Equipment,

Cables, Racks, Patch Panels, etc. and to determine other additional materials that are mandatory for this project

but not covered in the above list. (Mandatory).

2- The bidder must offer Factory Acceptance Test (FAT) free of charge for the main equipments of the project.

3- Supply and Installation of all devices accessories.

4- Physical Network Diagram showing cable path (AutoCAD or Visio Diagram).

- Detailed Bill of Materials.

- Project Management Plan.

- All Devices need to have at least 3 year Warranty or as the mentioned.

- Manufacturers Authorization (MAF) letter from the manufacturers of the main items of the project.