Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
MODIFICATION

70 -- GPU Cluster

Notice Date
6/4/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
2920 Brandywine Road, Atlanta, GA 30341
 
ZIP Code
30341
 
Solicitation Number
2010-Q-12236
 
Response Due
6/14/2010
 
Archive Date
12/11/2010
 
Point of Contact
Name: Scott Barnhart, Title: Sourcing Agent, Phone: 256.797.5507, Fax: 703.442.7822
 
E-Mail Address
scott.barnhart@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 2010-Q-12236 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-06-14 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Chamblee, GA 30341 The Centers for Disease Control & Prevention requires the following items, Brand Name or Equal, to the following: LI 001, CPU Cluster with the following specification: Rack, switching, cabling, and warranty:42U rackCabling, configuration, and setup for power, GigE and IB networks to be included in quote1ea 36-port QDR IB Managed Switch1ea 48 port GigE Interconnect switch1ea 48-port Gigabit Basic switch Rackmount railsOn-site installation2 years basic warranty (cluster hardware)2 years hardware exchange support service 2U master node with the following:Dual Intel Xeon serverboard (Dual GigE NIC, video, and IPMI on-board)2ea Xeon 2.66GHz Westmere Six- core processors (X5650-6.4 GT/sec or above)48GB (12 X 4GB) DDR3-1333Mhz 2-rank memory1ea 500GB SATA 7200RPM HDD (for OS)4ea 1TB SATA 7200RPM HDD (RAID)1ea SAS/SATA RAID controller, PCIe8ea HDD SATA hot swap drive kitsHigh efficiency 700W redundant power suppliesPCIe generation 2 slots: 2ea PCIe (x16), 1ea PCIe (x4), 4ea PCIe(x8) expansion slots1ea Mellanox single port QDR QSFP InfiniBand HCA(PCIe) 35 1U nodes with the following:Intel Xeon serverboard (Dual GigE NIC, video, and IPMI on-board)2ea Xeon 2.66GHZ Westmere six core processors (X5650- 6.4GT/sec or above)48GB (12 X 4GB) DDR3-1333Mhz 2-rank memory2ea Nvidia Tesla M2050 (Fermi generation), full length/dual width PCIe x16 GPU cards1ea 500GB SATA 7200RPM HDD (for OS)3ea HDD SATA hot swap drive kitsHigh efficiency 1400W single power supplyPCIe generation 2 slots: 2ea PCIe (x16), 1ea LP PCIe (x4)1ea Mellanox single port QDR QSFP InfiniBand HCA(PCIex4)Software:1ea RedHat Enterprise Linux for HPC Standard level 3 year license agreement35ea RedHat Enterprise Linux for HPC Basic level 3 year license agreement36ea Cluster Management Software with 3 yrs support, 1, LOT; LI 002, supply, install, and maintain a 2-year warranty for parts and labor for a GPU cluster with the preceding specifications within provided timeline., 1, LOT; LI 003, Shipping, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Centers for Disease Control & Prevention intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Centers for Disease Control & Prevention is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to FedBid at clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. The vendor must also be able to demonstrate a history of success in the delivery of these types of systems and the appropriate support for their operation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-Q-12236/listing.html)
 
Place of Performance
Address: Chamblee, GA 30341
Zip Code: 30341-2221
 
Record
SN02169167-W 20100606/100604235157-7ff25992cd518ff6708ff8fbcc515487 (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.