Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

70 -- Upgrade to NIST owned Raritan HPC Linux Cluster

Notice Date
3/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0182
 
Archive Date
4/22/2011
 
Point of Contact
Janine A. Kerns, Phone: 301-975-4267
 
E-Mail Address
janine.kerns@nist.gov
(janine.kerns@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
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. FAR Part 13, Simplified Acquisition Procedures, are being utilized for this acquisition. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-48. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www.fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Janine Kerns at janine.kerns@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111. This requirement is being competed as a total small business set-aside. Only quotes from qualified small businesses will be considered. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The Following FAR provisions and clauses apply to this solicitation: FAR 52.212-1; FAR 52.212-3; FAR 52.212-4; FAR 52.212-5, including 52.222-50, 52.233-3, and 52.233-4 in paragraph (a)(1), and the following fill-ins in paragraph (b): 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-13; 52.232-33. All provisions and clauses can be viewed at http://acquisition.gov/comp/far/index.html. BACKGROUND OF PROPOSED ACQUISITION: Scientists at the U.S. Department of Commerce, National Institute of Standards and Technology (NIST) need access to a large Linux cluster in order to do meaningful algorithm scaling studies, and for the testing and debugging of large-scale computer simulations in preparation for production runs on external supercomputers of 10,000+ nodes. NIST scientists also need additional computing power to perform scientific computing for a range of research, including atmospheric transmittance, molecular surface interactions of interest for battery materials, simulation of light matter interactions for quantum computing, the development of nanoscale measurement techniques, and modeling of fire phenomena, concrete, and cement. The Enterprise Systems Division (ESD) of the Office of Information System Management at NIST provides system administration for all enterprise servers and scientific computing systems for NIST programs. The expected outcome of this procurement is to obtain additional scientific resources to by increase the number of Linux-based compute node in an existing NIST-owned High Performance Computing (HPC) Linux cluster. DESCRIPTION: ESD is seeks to procure 48 mini blade HPC compute nodes, two 36-port InfiniBand switches, and 2 48-port Gigabit Ethernet (GigE) switches. The compute nodes, InfiniBand switches, and GigE network switches obtained in this acquisition will be intergraded into an existing NIST-owned HPC Linux cluster. This requirement consists of the following Contract Line Items. Quotations shall be tailored to the exact items listed. The Contractor shall provide a firm-fixed price per the specification of each Contract Line Item: CLIN 0001: NIST's minimum Specifications for Item 0001: The Contractor shall provide 24 ATIPA it224QR Servers or equal mini blade servers. Each server contains (2) nodes in a one 2U server chassis. Each server has (2) hot-swappable dual Xeon motherboards blades, (4) Processors totaling 16Cores, redundant power supplies & rail kit included. Each node must have at least: a. two Intel Westmere E5620 2.40GHz quad core processor chips with 12MB L3 cache, 5.8GT/s QPI, and support DDR3 1333Mhz memory b. 24 Gigabyte (GB) of 1333Mhz Double-data-rate three (DDR3) synchronous dynamic random access (SDRAM) memory with error-correcting code (ECC). c. four 1 terabyte (TB) or larger SATA drives. The disk must be installed in hot swappable disk bays and are be accessible for replacement without removing compute node from the rack. The disk(s) must have a spin rate of at least 7200 revolutions per minute (RPM) with at least 8 megabyte MB cache memory. d. At least quad data rate (QDR) ConnectX-2 single port InfiniBand host channel adaptor (HCA) with quad small form factor pluggable (QSFP) port e. one meter CX4 to QSFP InfiniBand copper cable f. system management with IPMI 2.0, supports KVM over LAN with dedicated LAN port. And must supports (at least) the following remote management functions via an Ethernet LAN interface: remote power off; remote power on; remote system (re)boot; remote motherboard bios setting; remote motherboard bios upgrade/update/flashing; viewing serial console boot and runtime input/output from a remote management location g. dual gigabit Ethernet with the first interface set to PXE boot h. Fedora/Centos 5.5 O/S with Health Monitoring i. an 3-year warranty All nodes must contain identical parts, including identical firmware revisions/versions and board-level hardware revision numbers Power supplies for the mini blade servers must be 80 PLUS (www.80plus.org) certified power supply having a minimum efficiency of 88% or greater when tested at following load conditions: 20%, 50% and 100%. CLIN 0002 NIST's minimum Specifications for Item 0002 The Contractor shall provide: Two (2) Qlogic 12300-BS01 36-Port QDR InfiniBand switches or equal. Each InfiniBand switch must at least: a. have 2 redundant and field-replaceable power supplies b. support 40/20/10 Gigabit per second auto-negotiation links c. support quad small form factor pluggable (QSFP) optical and copper cables d. have a rack mount kit e. support SNMP f. support OpenIB's OpenSM subnet manager g. have a command line interface accessible via 10/100 Ethernet h. be compatible with NIST owned existing InfiniBand fabric composed of Qlogic 12300-BS01 InfiniBand switches CLIN 0003: NIST's minimum Specifications for Item 0003 The Contractor shall provide: Eighteen (18) 0.5 meter CX4 to QSFP IB copper cables for InfiniBand spine. CLIN 0004: NIST's minimum Specifications for Item 0004 The Contractor shall provide: two(2) 48 port management GigE switches with Dual 10Gb fibre uplinks. Each GigE switch must: a. have switches connected together by 10GB fiber uplinks b. be managed via a single IP address c. support Secure Shell (SSH), Hypertext Transfer Protocol Secure (HTTPS) and Simple Network Management Protocol Version 3 (SNMPv3), nine (9) kilobyte jumbo frames d. include rack mounting kit e. 10GB uplink cables Section 508 of the Rehabilitation Act of 1973, as amended, does not apply to this acquisition because the EIT products procured will be located spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS Paragraph (b) below replaces paragraph (b) in provision 52.212-1. (b) Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on company letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Technical description of al the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. Item MUST meet exact specifications as laid out in the description attached. This may include product literature, or other documents, if necessary; (4) Terms of any expressed warranty; (5) Firm-fixed price for each CLIN and discount terms; (6) Acknowledgement of solicitation amendment(s); (7) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. EVALUATION FACTORS FOR AWARD: The award will be made to the responsible authorized offeror whose technically acceptable quotation is deemed to represent the lowest price. Offers that meet all of the attached minimum requirements/specifications will be deemed technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0182/listing.html)
 
Place of Performance
Address: 100 Bureau Drive Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02414512-W 20110402/110331235003-6337995e6465647793ae65c92d99bc1f (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.