Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

66 -- Real Time Modeling Server System

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-06-R-DM01
 
Response Due
3/22/2006
 
Archive Date
3/7/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-06-R-DM01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-27 and DFARS Change Notice 20050113. The associated small business size standard is 500. NRL has a requirement for a Real-time modeling Server System: The following specifications pertain to a system to be utilized in real-time regional ocean modeling. The system will run highly optimized parallelized MPI numerical models utilizing all processors and memory. The system shall include: a) a 4U (or smaller) chassis with everything included for standard 19 inches rack-mount installation b) PCI Express (PCIe) interface for graphics (PCIex16) and expansion, or equal; c) at least 8 dual-core AMD Opteron 880 processors. d) at least 32GB of RAM with open banks to expand to at least 64GB. e) Any ATI or NVIDIA graphics card (embedded or add-on). f) at least on CD/DVD Combo drive and one floppy disk drive. g) At least 2 redundant hot-swap power supplies (N plus 1). h) Hot-swap fans and ventilation units. i) Hot-swap hard-drive drives or hard-drive carriers. j) PCIe or PCI-X RAID controller with RAID-0, RAID-1, and RAID-5 support for SATA and or SATA II. Comparable SCSI controller is acceptable. k) 1 150GB WD raptor 10-KRPM SATA (SATA and or SATA II) disk-drive (OS drive) 4 400GB internal SATA (SATA and or SATA-II) disk-drives (data drives) All hard-drives should include NCQ technology. Comparable SCSI hard-drives is acceptable. l) Dual Ethernet Network Interfaces of at least 1000Mbps each. m) Linux OS installed (Fedora Core or RHEL preferably) on OS Drive. Service and support provided for 3 years from date of delivery, including at least 9 to 5 live tech phone support; next business day advance parts replacement; firmware and software upgrades. Failed disks will NOT be returned to the vendor, nor released from NRL?s control. Disk faceplates from failed disks will be returned if required by the vendor. This arrangement will not relieve the vendors obligation to replace failed disks at no cost to NRL under the next business day advance parts replacement agreement. Delivery and acceptance is at NRLSSC, Stennis Space Center, MS 39529-5004, FOB Destination. Delivery shall be no later than 14 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation-Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications-Commercial Items., which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3,.The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A.. The following additional FAR clause applies: 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 7 business days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time.The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Place of Performance
Address: NRL-SSC
 
Record
SN01001694-W 20060309/060307212537 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.