Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

D -- Weather Station Computer Support

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
RFQ-CAZ-05-035
 
Response Due
5/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number for this procurement is RFQ-CAZ-05-035. Solicitation RFQ-CAZ-05-035 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-03. The NAICS code for this procurement is 334111, the size standard for this NAICS code is 1,000 employees. This solicitation is set-aside for small business concerns. This solicitation is for the following line items: (1) 12 @ Xeon64 3.06 (or better) slave nodes to the existing cluster system; and (2) Upgrade the existing 16-Node AMD 2.0 Athlon Beowulf master and slave nodes to a 12 Node 64 Bit 3.06 (or better) Xeon System. Refer to the enclosed document for background, requirements, and qualifications. The enclosed documentation becomes part of this Combined Synopsis. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. The solicitation will be evaluated using the following criteria: (1) Ability to Meet Required Specifications. Offerors must be able to provide all services listed in the solicitation. Offers shall include prices for all line items; and (2) Ability to Provide the Best Price to the Government. Technical factors (i.e. ability to meet required specifications and ability to meet required delivery date of May 27, 2005), when combined, are equal to the importance of price in this solicitation. Offerors shall submit an offer that includes prices for all line items. Offers that do not respond to these criteria will be deemed unresponsive and will not be considered in the evaluation. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive and will not be considered in this evaluation. All offers shall include prices, a delivery schedule/process, a completed FAR 52.212-3, Offeror name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to this clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to this clause, applies to this acquisition. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the complete original signed proposal. FAR 52.222-3 Convict Labor (June 2003). FAR 52.223-6, Drug-Free Workplace (May 2001). FAR 52.232-18, Availability of Funds (Apr 1984). FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984): Funds are not presently available for performance under this contract beyond September 30, 2005. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2005, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.245-4, Government-Furnished Property (Short Form) (June 2003). FAR 52.247-34, F.o.b. Destination (Nov 1991). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998). In addition, the following Agricultural Acquisition Regulation (AGAR) clauses and provisions are incorporated into this solicitation: AGAR 452.219-70, SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) - The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: Contract line item(s): 1 through 6; NAICS Code 334111; Size Standard 1,000 employees. No Numbered Notes are included in this solicitation. Offers are due May 3, 2005, 16:30 local time. Offers shall be submitted to USDA Forest Service, Rocky Mountain Research Station, Central Administrative Zone, Attention SUSAN M. EVANS; 240 West Prospect Road, Fort Collins, Colorado, 80526. All questions regarding this solicitation shall be submitted, in writing, to Susan M. Evans at (fax) 970-498-1166 or by email at smevans@fs.fed.us. Enclosure for RFQ-CAZ-05-035: Background: The RMRS Rocky Mountain Center http://fireweather.info currently provides 24/7 operational weather predictions to the forest fire management community in the western US. The existing Linux cluster system is set up to run the MM5 and WRF mesoscale weather models plus several pre and post processing programs like BlueSky and LAPS (see web page). It consists of: 1. A Dual Athlon 2400MP 2.0 GHz PowerWulf Beowulf Linux cluster (1 head node; 15 slave nodes) purchased from PSSC Labs March 2003 with custom installation of Beowulf cluster software (CBeST) including setup of OS, message passing software (MPI CH), LAPACK Libraries, BLAS Libraries, FFW, VLISP, GNU Compilers, Custom OS Kernel, and Ganglia cluster monitoring utility and Graphical User Interface tools. Security patches including preconfigured Port Mapper, IP Chains and Security Errata Updates (Redhat 7.3) used for protection. 2. A Dual Xeon 3.06 PowerWulf Beowulf Linux - Intel Xeon 7501 Chipset Motherboard / 533 Mhz FSB (1 head node; 31 slave nodes) purchased from PSSC Labs, Inc July 2004 with custom installation of CBeST v. 3.0 Beowulf cluster software including setup of OS with custom kernel for performance optimization; message passing software (MPI CH), LAPACK Libraries, BLAS libraries; custom script for node reboot, Poweroff & File Copy across cluster; GNU Scientific Compilers; Ganglia cluster monitoring utility and Graphical User Interface tools Security patches including preconfigured port mapper, IP Chains and Security Errata Updates (Redhat 7.3) are included for protection. System Imager for remote installation/update of software across the network. Custom script for node reboot. Open PBS batch scheduling system. LM Sensors monitoring for cpu temp and fan speed (when supported). Linux version configured for Beowulf cluster including installation of MPI CH of MPI and/or PVM. The Dual Athlon 2400MP head node serves as the overall system master node using the 15 Athlon slaves and the 31 Xeon slaves through two linked (one 48 and one 24 port) gigabit switches. The Xeon 3.06 head node is the hot backup master and is also used for several post processing programming tasks. Each master has a Dell PowerVault 220S High-Performance Storage system and the master has a Certance 2U Rackmount Viper 2 LTO 400 200/400GB LTO, SCSI LVD w/ Bru backup system. RMC will switch to using the Xeon as the system master and the Athlon as the hot backup prior to this purchase. RMC makes two 10-hour runs per day, 11am and 11 pm. RMC SOP allows for hardware and software maintainance, adding components, etc. between 9 and 11 in the morning and/or night. RMC anticipates taking the system down over a weekend period skipping one run, from 11 am to 11 pm for the installation of the components from this procurement. The existing systems warranties are for one year full parts and labor plus a three year extended component manufacturers warranty. The existing supplier?s cluster technicians provide free phone support and consultation for lifetime of these machines. Requirements: A. General: 1. nodes must have Intel chips for compatibility with existing nodes and the new nodes must work with the old nodes. 2. nodes must be installed with a 32-bit OS and OS on new nodes must be compatible with OS on existing nodes 3. new nodes must be seamlessly networked together with existing nodes so that MPI runs will function across the entire cluster 4. All of the new components must be able to communicate and support with existing raid system and back up system. 5. All nodes must be preconfigured with OS CBeST combatable software before shipping to ensure seamless integration, ability to install over the network and have upgradability to handle additional nodes. This also requires two Ethernet ports and the ability for the BIOS to handle a net install. B. Specific: 1. The twelve (12) additional nodes (item 1) must be configured with 64 bit Xeon processors and integrated into the existing Beowulf Linux Cluster that is currently using both 32 bit AMD Athlon processors and 32 bit Xeon processors and running 32 bit OS and 32 bit CBeST toolkit. Therefore the OS and CBeST or CBeST combatable must initially be installed as a 32 bit platform. New nodes must be configured with same 32 bit image as the existing nodes. Eventually these nodes may be upgraded to a 64 bit system. 2. The 12 upgraded nodes (item 2) must use existing 2U slave and 3U master rackmounted chassis preferably employing the existing cooling technology that allows airflow cooling to ensure proper processor, memory and hard disk temperatures. The 12 node upgrade, one master node and 11 slave nodes, must be delivered with software combatable with the current (CBeST software) to ensure seamless integration and compatibility with existing system. The master node for this system will immediately serve as a back up to the existing Xeon 3.06 Master 3. Hence it will initially be configured with a 32 bit Linux OS. This master will eventually be upgraded to a 64 bit OS with combatable software to act as the master node for eleven (11) 64 bit slave nodes, 47 @ 32 bit slave nodes and 32 bit head node plus any additional 64 bit slave nodes added in the future. 3. RMC does not have the manpower nor software support necessary to integrate the new components without nodes that are preinstalled with OS and CBeST or CBeST combatable software. The original provider, PSSC Labs, http://www.pssclabs.com/ can be contacted to consult with vendors to ensure the successful integration of a functioning system. 4. These new products can not be refurbished and must include full manufacturer?s warranty. 5. If Vendor can not meet specifications as will be determined after the 12 hour installation and subsequent weather model run, they will be required to send a technician onsite and integrate all products to our satisfaction before payment is made. This must be done between 11 am and 11 pm on any weekend not to exceed three consecutive weekends. There will be no additional payment for this support. 6. Payment will be made after items 1 and 2 are demonstrated to be fully integrated and functional. Qualifications: Vendor must have been in business for a minimum of 5 years. Vendor must have previously delivered Beowulf Linux Clusters to ensure they are proficient and capable of supporting RMC current and future HPC needs. Vendors must include a minimum of 4 references that can and will be contacted to discuss their experience with similar systems by that vendor. The vendor must have capability necessary to keep the support and maintenance of the cluster standard with existing system and provide free phone/email support for the lifetime on the system for operating system, CBeST combatable toolkit, MM5 and WRF support. Vendor must have installed MM5 and WRF on their own system and show that they are proficient in supporting scientists using these models.
 
Place of Performance
Address: Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, CO
Zip Code: 80526
Country: USA
 
Record
SN00790862-W 20050421/050419211751 (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.