Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

70 -- Automatic Data Processing Equipment High Performance Computing Cluster

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R1024
 
Response Due
4/23/2010
 
Archive Date
6/30/2010
 
Point of Contact
Linda Wilkes 540-653-7081 Linda Wilkes,Voice: 540-653-7081,Fax: 540-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at https://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number is N00178-10-R-1024 and is issued as a request for proposal. The Naval Surface Warfare Center, Dahlgren Division, intends to procure CLIN 0001 a High Performance Computing Cluster for performing physics-based computation with a quantity of 1 lot and price not to exceed $486,585.00. This system will be a Hewlett Packard or Silicon Graphics Federal (SGI) distributed memory Linux cluster tailored to meet the requirements for parallel numerical computations of large problems with computational fluid dynamics, finite element and hydrocode software. The system will also run visualization software for the large data sets produced by the numerical computations as well as mesh generation software to produce large computational meshes for complex geometries. Numerical software such as CTH and ALE3D hydrocodes, LSDYNA finite element software and the CRAFT flow solver are to be run on this system. The systems must meet all of the following technical requirements. General Key aspects of the machine are 1) "64-bit" CPU architecture; 2)Rack-mount physical build; and 3) "Turn-Key" level of integration. Detailed minimum specifications are 1) Minimum of 1 GB RAM per compute CPU core; 2) User I/O capabilities with workstation level graphics (e.g. nVidia Quadro), high resolution LCD display, keyboard and mouse; 3) Rack mounted slide-out LCD, Keyboard, Trackpad; 4) Low-latency interconnect; 5) Gigabit ethernet network; 6) Power distribution system should have a minimum of 10% margin when machine is running at 100% utilization; 7) Installed and configured software will include queuing system, centralized node-monitoring software, machine imaging and maintenance tools, 64-bit Portland Group compiler and at least one Message Passing Interfa! ce (MPI) implementation; 8) 16 TB RAID 6 directly attached mass storage installed and configured; 9) High quality power distribution units; and 10) LTO-4 tape library of sufficient size to back up data on directly attached mass storage unit. Proposals will be evaluated on Core count with the higher core count the more desirable and processor clock speed with the faster clock speed being more desirable. The RFP must provide complete written documentation of the integration of software and hardware. The RFP must include a one day on site training to one NSWCDD representative on the installation and configuration of the Linux operating system and cluster package. The system will be accepted as a turnkey solution only when all written documentation has been received, installation and configuration of the Linux operating system and cluster package is complete and the computing cluster is operational, and on-site training has been completed. The RFP shall not include long term maintenance. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. All warranty information shall be included within the proposal. Proposals will only be accepted from Hewlett Packard or Silicon Graphics Federal (SGI) or their authorized resellers. This solicitation document and incorporated clauses and provision are those in effect through Federal Acquisition Circulars 2005-39, Effective 19, March 2010 & Class Deviation 2009-O00009 and Defense Acquisition Circular DCN 20100324. This procurement is not restricted to small business. NAICS Code associated with this procurement is 334111; the Small Business Size Standard is 1,000 employees. All offerors must include a completed copy of FAR 52.212-3, Alt. 1 Offeror Representations and Certification - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, as part of their proposal. The Offeror shall convey and provide a copy of all standard manufacturer commercial warranties to the buyer. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-2 Evaluation; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation); 52.225-13 Restrictions on Certain Foreign Purchases. Offerors must include a completed copy of the provision at 52.212-3 with its offer. The following local clauses will be incorporated: Ddl-F40 which will require the Offeror to give the Government notification if delivery will be late; Ddl-G50 which requires Offeror to submit invoices through Wide Area Workflow. This acquisition will occur via a Firm Fixed Price (Commercial) contract. Offerors must propose in accordance with the requirements above to be eligible for award. Clause 52.212-2 Evaluation -Commercial Items applies with the following evaluation factors 1) Award will be determined on technical acceptability 2) maximum core count 3) processor clock speed 4) written documentation of the integration of software and hardware 5) cost not to exceed $486,585.00. The closing date is April 23, 2010 at 4:00PM Eastern Time. Anticipated Award date is April 29, 2010. All pricing shall be FOB-Destination to the Naval Surface Warfare Center, Dahlgren Division 6138 NORC Ave Suite 313, Dahlgren VA 22448-5157 between the hours of 7:00 AM and 2:30 PM on weekdays shall apply. No deliveries will be accepted on Federal holidays. Delivery must be no later than 30 days after receipt of order. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Questions may be directed to Linda Wilkes 540-653-7081. Electronic proposal submission is encouraged at linda.wilkes@navy.mil, but the proposal may also be faxed to 540-653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, CXD11 Contract Branch, Attn: Linda Wilkes Bldg 183 RM 102C, 17632 Dahlgren Rd, Suite 157, Dahlgren, VA 22448-5110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R1024/listing.html)
 
Record
SN02119503-W 20100414/100412234952-c1e37387efaecbb02d1f2bd4ee5ec9e4 (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.