Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

70 -- Linux Cluster Computer System with software acceleration of the NIH-NCBI version of Blast.

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
16-3k47-03
 
Response Due
8/15/2003
 
Archive Date
9/25/2003
 
Point of Contact
Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009, - Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009,
 
E-Mail Address
wesleym@ba.ars.usda.gov, wesleym@ba.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 16-3K47-03, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-14. The USDA requires a Linux Cluster Computer System with software acceleration of the NIH-NCBI (National Institutes of Health-National Center for Biotechnology Information) version of Blast (basic linear alignment search tool). (See http://www.ncbi.nlm.nih.gov/BLAST/ for details.) It will be utilized for the purpose of identifying DNA sequence similarities and for the general computing using LSF (Load Share Facility) or Grind Engine software. The NAICS code is 541511, with a small business standard of 21 million. The Government intends to award on a sole source basis to PARACEL Inc., pursuant to FAR Subpart 6.3. Inside delivery is required to FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland, 20705-2350, within 180 days of award. Line Item 01 Computer hardware with the following capabilities: 15 worker nodes containing at least 2 Intel Xeon (at least 2.4 GHz) CPU, 2GB RAM (4X 512MB DIMM) 60GB IDE system disk, 1 manager node including 52X CD-ROM in addition to worker node hardware. Mass storage: RAID with 4 X120GB IDE drives. Peripherals: Built-in KVM (keyboard, video, mouse) module. Line Item 02 Computing software with The following capabilities: Red Hat Linux operating system on all nodes; Blast software support for the same input and output formats as NIH-NCBI Blast that uses "query packing? algorithm for accelerated searching of short query sequences and also uses ?query chopping" algorithm for accelerated searching of long query sequences and lastly uses "database splitting" algorithm for improving the performance of searches of large databases. Native-parallel Blast implementation (not scripts calling sequential applications) is required Automatic job queuing and scheduling with Web-based interface Portable results viewer Filtering and masking utility. Line Item 03: Service & Support and Annual Renewal of Linux Cluster Computer System (Blast Machine 2, 32 CPU) The following FAR clauses and provisions apply: FAR 52.2121, Instructions to OfferorsCommercial Items; FAR 52.2122, EvaluationAward to a technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers: in order of importance 1.technical capability of the item offered, 2. past performance and 3. price. FAR 52.2123, Offeror Representations and CertificationsCommercial Items. All offerors must include a completed copy of FAR 52.2123 with their response. FAR 522124, Contract Terms and ConditionsCommercial Items. The following FAR clauses in paragraph (b) of FAR 52.2125, Contract Terms and Conditions Required to Implement Statues of Executive OrdersCommercial Items, will apply to the resultant contract: 52.203-6, 52.222-21, 52.22226, 52.22235, 52.22236, 52.22237, 52.2253, 52.225-4, 52.225-13, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks ?has not? may not be awarded a contract until the required report is filed. Section 508 Accessibility Compliance Clause: All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194. Viewable at http:www.access board.gov/sec508/508standards.htm-PART 1194. The following standards have been determined to be applicable to this contract: 1194.21 Software applications and operating systems. ?The contractor must denote in the schedule whether each product or service is compliant or non compliant with the accessibility standards at 36 CFR 1194.21. For each line item that is compliant the contractor shall provide evidence or verification of compliance. The quotation must indicate where full details of compliance can be found (e.g. schedule attachment, vendor?s website or other readily available location).? CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clauses 52.232-34 and 52.232-35 requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. Fax quotations are acceptable to Michael Wesley (301) 504-5009 on or before August 15, 2003 by 4:30 p.m. (EST). All responsible sources may submit a quotation, which will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. The anticipated award date is August 25, 2003.
 
Place of Performance
Address: USDA, Beltsville Agricultural Research Center Beltsville, Maryland
Zip Code: 20705-2350
Country: USA
 
Record
SN00385591-W 20030731/030729213306 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.