Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

70 -- HIGH PERFORMANCE COMPUTER CLUSTERS

Notice Date
6/12/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, 3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
 
ZIP Code
00000
 
Solicitation Number
DE-RQ26-08NT000686
 
Response Due
6/30/2008
 
Archive Date
12/30/2008
 
Point of Contact
Robert Mohn, Contracting Officer, 412-386-4963,mohn@netl.doe.gov;Robert Mohn, Contract Specialist, 412-386-4963,
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: HIGH PERFORMANCE COMPUTER CLUSTERSThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-08NT000686 the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA intends to purchase the following: This is a request for two (2) High Performance Computer Clusters. These systems will be primary used for performing parallel numerical computations with software packages available in the fields of computational chemistry, molecular dynamics, Monte-Carlo simulations, and density functional theory. Each High Performance Computer Cluster has the following specifications: Qualifications: Utilization of premium quality components; A successful track record in the cluster integration marketplace; Vendor is ISO-Certified; system integrated and tested in an ISO-certified facility; Key aspects of the cluster are as follows: 1) 64-bit Quad-Core based CPU architecture; 2) Scalable full-duplex low-latency non-blocking high-performance interconnect switch fabric; 3) Rack-mount physical build; 4) Designed for a horizontal air-cooling solution, i.e., hot-aisle/cold-aisle configuration; 5) Turnkey level of integration and installation. Detailed minimum specifications are as follows: 1) An aggregation of identical computational nodes containing no less than 256 (two hundred-fifty-six) 2.66 MHz 64-bit Quad-Core CPUs, each with 12MB cache, 1333 MHz FSB, 0.45 nm technology, yielding a total of 1024 compute cores. Each node must be equipped with a DDR Infiniband interconnect (either DDR HCA PCI-E or integrated on board). 2) 1 GB DDR2 ECC FB 667 DIMM RAM per CPU-core, 1024 GB memory total. 3) 1 local/scratch HDD 250 GB, SATA-II, 7200 rpm per node. 4) CPU and memory specifications for the management / head node being the same as one of the local nodes with two mirrored 250 GB HDD, SATA-II, 7200 rpm and DDR HCA PCI-E. 5) RAID 5 configured mass storage device of 9 Tb (raw) disk space (750GB x 12) directly attached or integrated into the head node. 6) Console with LCD display, keyboard, and tracking device. 7) Preconfigured support for both a gigabit Ethernet and a full-duplex non-blocking low-latency high-performance (Double Data Rate (DDR) Infiniband) interconnect switched fabrics. Every node requires 1:1 switched access to every other node over both network fabrics and the head node. 8) A Double Data Rate Infiniband network fabric switch having management capability and management software tools. 9) A gigabit Ethernet network fabric with a managed switch. 10) The entire system must populate a total of 2 (two) 42U premium racks including all required power and interconnect fabric cable management and airflow. The system to be fully integrated and tested before shipping. The rack is pre-railed and pre-wired with all nodes and cables labeled (all before shipping). 11) 208V-3Ph Input, 120VAC Output, Power distribution systems with networked power on/off control. The power distribution systems should be configured for balanced and efficient performance. 12) Vendor installs and configures software includes a queuing system, a centralized node-monitoring software, machine imaging and maintenance tools, at least one 64-bit compiler. 13) A minimum 3-Year warranty on hardware. 14) Onsite installation. DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 423430. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on June 30, 2008. All quotes must be E-mailed to Robert.Mohn@netl.doe.gov and Richard.Anderson@netl.doe.gov. All technical questions should be directed to the Technical Representatives Mr. Richard Anderson at 412-386-6143.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ee75e5c25294966f966db53ff588cbc&tab=core&_cview=1)
 
Record
SN01592304-W 20080614/080612220237-8ee75e5c25294966f966db53ff588cbc (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.