Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

70 -- Scientific Visualization System (TI06)

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), IT Solutions West Branch ( 4TRW), 41 N. Jefferson Street, Suite 107, Pensacola, FL, 32501
 
ZIP Code
32501
 
Solicitation Number
4THO96065532
 
Response Due
5/26/2006
 
Archive Date
6/10/2006
 
Description
This is a Request for Information for a new requirement for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. The solicitation number is 4THO96065532, Scientific Visualization System (TI06), and is issued as a request for information (RFI). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and all interested offerors may submit a white paper. White papers are to address the offeror?s capabilities and how the effort will be accomplished; please include information as to whether the solution is available on GS Schedule, GWAC or Open Market. Papers are to be no longer than three pages and are to be submitted via email to peggy.braxton@gsa.gov by close of business on May 26, 2006. The GSA FTS Region 4 requires the following items as outlined in the draft SOW below: Task Order ID: 4THO96065532 Project Name: Scientific Visualization System (TI06) Period of Performance: 30 days ARO; 4 years for warranty Type: Firm fixed price 1.0 General Information 1.1 Concept of Operations The Engineer Research & Development Center (ERDC) Major Shared Resource Center (MSRC) is seeking quotes for a Scientific Visualization System (SVS) as part of the DoD High Performance Computing Modernization Program?s (HPCMP) Technology Insertion 2006 (TI-06) process. The system is anticipated to be a collection of several workstations (each called a node) with a fast network interconnect. The system should be expandable and upgradeable to meet the evolving requirements of a production Scientific Visualization Center (SVC). The Government reserves the right not to make any award from this RFQ if deemed in its best interest. 1.2 Method of Evaluation and Selection The Government will utilize the Best Value method of evaluation for determining award. Evaluation criteria include past experience/past performance, usability (including, but not limited to, ease of use, functionality, ease of administration, warranty/maintenance offering, power/cooling requirements), and cost.: 2.0 System Requirements The system delivered in response to this solicitation shall support IPv4 and IPv6 dual stack functionality. 2.1 Hardware Each key system component shall be available as a commodity or Commercial Off-the-Shelf (COTS) item that can be replaced by nearly any COTS provider. Each hardware, firmware, and software interface shall be based on open industry standards such that replacement components can be installed and will communicate properly with the rest of the system. 2.1.1 Nodes The SVS shall contain six or more nodes. Each SVS node shall have the following specific hardware configuration. 2.1.1.1 Rackmountable chassis 2.1.1.2 One 3+1 redundant 1350 Watt power supply 2.1.1.3 One NVidia nForce Professional 2200+2250 motherboard with: 2.1.1.3.1 Support for AMD Opteron Socket 940 single and dual core processors 2.1.1.3.2 Support for up to eight AMD Opteron processors 2.1.1.3.3 Support for up to thirty-two DDR ECC Registered SDRAM modules 2.1.1.3.4 Two Ethernet 1Gbps+1Gbps full-duplex network interfaces 2.1.1.3.5 Two USB 2.0 ports 2.1.1.3.6 Two SATA ports 2.1.1.3.7 At a minimum, two physical and electrical 16x PCIe slots 2.1.1.3.8 Support for NVidia SLI 2.1.1.4 Eight AMD Opteron 880, 2.4 GHz, dual-core processors (16 cores total per node) including heat sink and fan 2.1.1.5 Thirty-Two 4GB ECC Registered DDR333 memory modules (128GB total per node) 2.1.1.6 One NVidia Quadro 4500 graphics card with 512 MB onboard memory 2.1.1.7 One Serial ATA (SATA) hard drive for operating system 2.1.1.8 One DVD+/-RW burner 2.1.1.9 One Infiniband Host Channel Adapter (HCA) PCIe, with two 8Gbps+8Gbps IB4X ports 2.1.1.10 Infiniband 4X cable of sufficient length to reach the Infiniband switch 2.1.1.11 Two CAT5E networks cables of sufficient length to reach the Gigabit Ethernet switch 2.1.2 Console There shall be one console per SVS node which shall have the following specific hardware configuration. 2.1.2.1 Two Dell 2405 FPW LCD flat panels with 1920x1200 resolution 2.1.2.2 Two 50-ft, fiber-optic, DVI cables that support 1920x1200 resolution 2.1.2.3 One PS2, two-button, optical mouse with scroll-wheel 2.1.2.4 One PS2 keyboard 2.1.2.5 Two 50-ft PS2 extension cables 2.1.3 Rackmount The SVS nodes and storage node shall be housed in no more than two 42U cabinets. Each cabinet shall include the following specific hardware configuration. 2.1.3.1 Maximum 24"W x 42.5"D footprint 2.1.3.2 One 208V, 12.5KW PDU 2.1.3.3 Power cords, each with a NEMA L6-30 plug 2.1.3.4 One Infiniband switch with at least eight IB4X ports, capable of 8Gbps+8Gbps full duplex 2.1.3.5 One 24-port managed, VLAN capable, Gigabit Ethernet switch which shall support IPv4 and IPv6 dual stack functionality 2.1.3.6 Cable management system for power and network cables for each node 2.1.4 Storage There shall be a storage node or nodes which shall have the following specific hardware configuration. 2.1.4.1 Rackmountable chassis 2.1.4.2 20TB of usable RAID5 storage 2.1.4.3 Available to all SVS nodes as shared storage 2.1.4.4 Support parallel/concurrent access from all SVS nodes via parallel filesystem 2.1.4.5 Capable of achieving average transfer rates of at least 200 MB/sec write performance and 140 MB/sec read performance by all SVS nodes, as measured by government supplied test 2.1.4.6 Connection from the storage node or nodes to the SVS nodes will be via Infiniband 2.1.4.7 Console 2.1.4.7.1 One Dell 2405 FPW LCD flat panel with 1920x1200 resolution 2.1.4.7.2 One 50-ft, fiber-optic, DVI cable that supports 1920x1200 resolution 2.1.4.7.3 One PS2, two-button, optical mouse with scroll-wheel 2.1.4.7.4 One PS2 keyboard 2.1.4.7.5 Two 50-ft PS2 extension cables If additional servers, i.e., Linux/Solaris/Unix/Windows systems, are involved in providing this storage service, then the customer must have complete and unrestricted access to the full contents of the system; "sealed" network appliances are not acceptable. 2.2 Software Each Scientific Visualization System (SVS) node shall have the following specific software configuration (latest commercially available versions as of the date of contract award). 2.2.1 NEROLinux software for writing data to DVD+/-RW burner 2.2.2 Red Hat Enterprise Advanced Server 2.2.3 Cluster administration utilities pdsh/pdcp 2.2.4 NVidia Linux x86_64 driver set 2.2.5 Infiniband software stack including IPoIB and VAPI 2.2.6 MVAPICH MPI-1 IB implementation, OpenMPI, or equivalent for MPI communication over the Infiniband network The system shall be able to run the following third-party software which will be furnished by the Government during installation: 2.2.7 Computational Engineering International (CEI) Ensight (runs on multiple nodes) 2.2.8 CEI Enliten (runs on multiple nodes) 2.2.9 CEI Envideo (runs on multiple nodes) 2.2.10 Kitware Paraview (runs on multiple nodes) 2.2.11 Kitware VTK (runs on multiple nodes) 2.2.12 MSC Patran (runs on single node) 2.2.13 Tecplot, Inc. Tecplot (runs on single node) 2.2.14 RSI, Inc. IDL (runs on single node) 2.2.15 Mathworks MATLAB (runs on single node) Figure 1: SVS Diagram - available via email request 3.0 Delivery, Installation, and Acceptance The Government will be partnering with contractors that support the daily operations of the ERDC MSRC throughout the delivery, installation, and acceptance process. After award, the Offeror shall coordinate with the Government Contracting Officer?s Technical Representative (COTR) to ensure knowledge of, understanding of, and adherence to site security policies and procedures during delivery, installation, and acceptance. Offeror installation/support personnel visiting the ERDC MSRC site are required to be U.S. citizens. 3.1 Delivery The Offeror is strongly encouraged to conduct a full-system burn-in and functional testing according to their standard quality assurance procedures prior to system shipment. The Offeror shall ship the SVS onsite to the ERDC MSRC with prepaid shipping. The Offeror shall unpack the system as shipped, assemble the SVS, power the system on, and boot the system to a functioning operating system. At this point, the system will be considered delivered. 3.2 Installation The Government desires to minimize, where appropriate and possible, the length of time between delivery and production use of the proposed system. Accordingly, the Offeror shall permit access to and use of the system by designated ERDC MSRC Government and contractor personnel during installation and both prior to and during the Acceptance Test as described in paragraph 3.3.1. The Government recognizes that such access/use needs to be explicitly coordinated with the Offeror in advance of access/use. Beginning the first business day following delivery, the Offeror shall provide at least two consecutive business days of onsite installation support for the system. This installation support will allow for operating system and software configuration changes in coordination with ERDC MSRC staff to ensure the system meets DoD HPCMP and ERDC MSRC configuration and security requirements. During this time, ERDC MSRC staff shall load Government furnished software on the system, including the software specified in 2.2.8 ? 2.2.16, HPCMP Kerberos, HPCMP SSH (http://kirby.hpcmp.hpc.mil), and Platform FTA, in coordination with Offeror personnel. ERDC MSRC staff shall then run Government security scans on the system. Once Government security scans have been run successfully as determined by ERDC MSRC security personnel, ERDC MSRC staff shall connect the system to the ERDC MSRC network. At this point, the system shall be considered installed. Due to site security requirements, Offeror personnel will not be able to access the system once it is installed, i.e. connected to the ERDC MSRC network. 3.3 Acceptance Beginning the first business day following installation, the Offeror and Government shall begin consecutive business days of onsite acceptance test demonstration for the system according to the following Acceptance Test definition. 3.3.1 Acceptance Test (AT) The Acceptance Test Plan (ATP) is defined as the document, developed and submitted by the Offeror and approved by the Government, which defines the individual tests, test procedures, and expected test results which will be used to conduct the Acceptance Test. The Acceptance Test (AT) is defined as the execution of the individual tests contained in the ATP by the Offeror and the Government or a designated Government agent, the results of which are recorded in a copy of the approved ATP and acknowledged by both the Offeror and Government in writing. The Government expects the Offeror to develop the ATP without impact to the existing resources of the ERDC MSRC. After award, the Offeror shall consult the COTR concerning any questions, coordination with ERDC MSRC staff, and planned activities at the ERDC MSRC. The Offeror should address all correspondence related to the ATP to the GSA Contracting Officer and COTR. The purpose of the AT is two-fold: to demonstrate that all components of the system can function as an inter-working system, and to verify that the inter-working system can meet minimum performance and functionality criteria defined in the ATP. The ATP shall consist of, at a minimum, the tests at 3.3.1.1 ? 3.3.1.8, detailed test procedures that define how each test will be conducted, and the expected result(s) for each test: 3.3.1.1 Demonstrate that the system can be brought to an orderly halt while preserving the file systems. 3.3.1.2 Demonstrate that files can be exchanged between the SVS and another HPC system. 3.3.1.3 Demonstrate that the system supports X Windows clients, and OpenGL. 3.3.1.4 Demonstrate that the system supports C, C++, and FORTRAN. 3.3.1.5 Demonstrate that the system supports C and FORTRAN bindings for MPI over the Gigabit Ethernet and Infiniband networks. 3.3.1.6 Demonstrate that each commercial off-the-shelf (COTS) or open-source package may be executed on the SVS and the results displayed. 3.3.1.6.1 Computational Engineering International (CEI) Ensight 3.3.1.6.2 CEI Enliten. 3.3.1.6.3 CEI Envideo. 3.3.1.6.4 Kitware Paraview. 3.3.1.6.5 MSC Patran. 3.3.1.6.6 Tecplot, Inc. Tecplot. 3.3.1.6.7 RSI, Inc. IDL. 3.3.1.6.8 Mathworks MATLAB. 3.3.1.6.9 NEROLinux. 3.3.1.7 Demonstrate that the system meets minimum performance criteria. 3.3.1.7.1 The CPU capabilities will be tested by running the default POVRay benchmark (Benchmark.pov) for a 320x240 image size that will be completed in less than 7 minutes. 3.3.1.7.2 The graphics capabilities will be tested by running glxgears and achieving a rate higher than 12,000 frames per second. 3.3.1.7.3 The network I/O capabilities will be tested by running npserver/npclient. The internal Gigabit Ethernet performance will be at least 110 MB/sec. The internal Infiniband network performance will be at least 200 MB/sec. It is understood that TCP/IP network test for Infiniband is suboptimal. 3.3.1.7.4 The disk I/O capabilities will be tested. The read performance will be at least 200MB/sec and the write performance will be at least 140MB/sec. 3.3.1.8 Demonstrate that the system supports IPv4 and IPv6 dual stack functionality. The Offeror shall submit the ATP to the Government (GSA Contracting Officer and COTR) no more than 30 calendar days after contract award and at least 21 calendar days prior to proposed system delivery. The Government will acknowledge receipt, review the ATP document, and provide a consolidated set of comments as appropriate to the Offeror within 7 calendar days of acknowledged receipt of the draft. The Offeror shall submit the final ATP to the Government (GSA Contracting Officer and COTR) for approval at least 7 calendar days prior to proposed system delivery. In order for the AT to begin, the system must be installed (3.2) and a final version of the ATP must have been submitted to and approved by the Government in writing. The system shall successfully meet the requirements defined in the approved ATP in order for the Government to accept the system. The AT shall begin no later than the first business day following installation and may last up to five consecutive business days. The AT shall begin with the execution of the first test in the approved ATP. ERDC MSRC staff will conduct the AT in coordination with Offeror personnel. Due to site security requirements, ERDC MSRC staff members will perform the actual keystrokes required to execute the AT. The Offeror and the Government or designated Government agent will visually inspect the results of each test procedure as it is executed. Actual results will be compared to the expected results in order to verify completion of the tests. Any supporting documentation, such as system logs, diagnostic messages, or application output, will be submitted with the results of the tests. During the AT, the Government may waive individual tests at its discretion. In the event that the system does not successfully complete the AT within five consecutive business days of the commencement of the AT, the Offeror and the Government or Government?s agent shall determine the reason for the failure. After correcting the failure in order to achieve a satisfactory result, which may require adding, substituting, or installing requisite hardware and/or software and performing services at no extra cost to the Government, the Offeror shall repeat the AT. If corrections are required, ERDC MSRC staff will take the system off the ERDC MSRC network in order to allow the Offeror system access to make necessary corrections. Once the Offeror has notified the Government that corrective actions are complete, ERDC MSRC staff will run security scans prior to reconnecting the system to the ERDC MSRC network. The Government may, at its discretion, require the Offeror to repeat the AT in its entirety (including re-running tests previously passed) if it deems that the corrective actions taken to achieve a satisfactory result on a particular test necessitate that all tests be re-run. If the Offeror has not successfully completed the AT within 30 consecutive calendar days of the initiation of testing, the Government may, at its discretion, refuse the system at no cost to the Government. In this case, the Offeror will be responsible for the cost of restoring the ERDC MSRC facility and systems to their pre-installation configuration to include removing the Offeror system from the site. The Date of Acceptance shall be the date on which the system has successfully passed all tests (in a single or multiple AT periods, at the Government?s discretion) proposed in the approved ATP. The Offeror shall prepare and submit DD Form 250, Material Inspection and Receiving Report, along with a copy of the signed/completed ATP and a complete bill of materials documenting the tested configuration (Offeror-delivered hardware and software) to the Government COTR. The Offeror shall include the following notes in section 16: Scientific Visualization System (see attached bill of materials) Date of Acceptance: DD-MMM-YYYY The COTR shall formally acknowledge acceptance and receipt of the system on the face of the DD Form 250 by signing and dating sections 21.b. and 22. The Government shall not make payment on the system without formal COTR acceptance and receipt as described. 3.4 Risk of Loss or Damage The Government is relieved from all risk of loss or damage to equipment purchased or in use during periods of transportation, installation, and prior to Government acceptance except when loss or damage is due to negligence of the Government. 4.0 Warranty and Maintenance 4.1 Warranty The Offeror should offer complete single-point-of contact support for the system and all support issues. The system proposed should include a comprehensive four-year Offeror warranty (as opposed to factory warranties covering individual components) with 8x5 coverage, next-business day parts, on-site labor, and 24/7 phone support. The four-year warranty should be quoted as a separate line item. The warranty shall commence on the date of acceptance as specified on the referenced DD250. Any maintenance services (to include parts replacement) performed prior to the end of warranty period shall be furnished at no cost to the Government. Prior to the expiration of the warranty period, whenever equipment is shipped for mechanical replacement purposes, the Offeror shall bear all costs, including, but not limited to costs of packing, transportation, rigging, drayage and insurance. The warranty shall not apply to maintenance required due to the fault or negligence of the Government. The Offeror shall include detailed terms and conditions describing the warranty offered. Warranty services shall be provided by technically qualified personnel who meet ERDC MSRC site security requirements as appropriate. 4.2 Defective Parts Retention Once accepted by the Government, parts that contain any data (non-volatile memory devices such as magnetic media, semiconductor devices, etc.) that become defective will be retained by the Government. The Government, at its option, may permit degaussing and/or declassification of such devices in accordance with Government approved procedures for return to and re-use/disposal by the Offeror. However, the Government reserves the right to retain these devices permanently or to destroy them, regardless of warranty or maintenance terms and conditions for these devices. In all cases, the Government will retain failed hard drives. The Government shall incur no incremental costs related to the retention of defective parts. 4.3 Software Maintenance The Offeror should provide, either as part of the system warranty (4.2), or as four separately priced annual software maintenance options, maintenance for all Offeror-proposed software. The Offeror shall include detailed terms and conditions for software maintenance as part of warranty terms and conditions or separately, as appropriate. Software maintenance shall be considered to include the following. 4.3.1 New Releases The Offeror shall provide all new releases of Offeror-proposed software along with installation instructions and associated documentation within 60 days of manufacturer or developer release for production use. ?Releases? shall be considered to include corrections (i.e. ?bug fixes?), revisions, updates, extensions, improvements, new versions, and new library language bindings. 4.3.2 Security Alerts The Offeror shall notify designated ERDC MSRC staff of all security alerts that apply to Offeror-proposed software within 1 day of release. 4.3.3 Phone and E-mail Support The Offeror shall provide phone and e-mail support for issues related to Offeror-proposed software, including but not limited to installation of new releases.
 
Place of Performance
Address: US Army Engineering Research and Development Center, 3909 Halls Ferry Road, ERDC-ITL-MS, Vicksburg, MS,
Zip Code: 39180
Country: USA
 
Record
SN01053322-W 20060520/060519134954 (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  © 1994-2020, Loren Data Corp.