Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

70 -- High Performance Computer (HPC) Linux Cluster

Notice Date
7/19/2011
 
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-0406
 
Archive Date
8/10/2011
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Janine A. Kerns, Phone: 301-975-4267
 
E-Mail Address
joshua.holliday@nist.gov, janine.kerns@nist.gov
(joshua.holliday@nist.gov, janine.kerns@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1000 employees. This requirement is 100% set-aside for small business. Background: The Enterprise Systems Division (ESD) at the National Institute of Standards and Technology (NIST) require a large Linux cluster in order to perform 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 require 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. All interested Contractors may provide a quote for the following: The Government reserves the right to increase the quantity of supplies called for at time of award. Therefore, the Contractor shall quote the best price with their offer. General Requirements: The Contractor shall provide fifty eight (58) compute nodes built from commodity AMD64 or Intel EM64T (or binary equivalent) rack mounted server computers. Eighteen (18) of the compute nodes (Group 1) must be housed in nine (9) twin 2U servers and forty (40) of the compute nodes (Group 2) must be housed in ten (10) twin 2U servers. Line Item 0001: Quantity Nine (9) Twin 2U Servers, which shall meet or exceed the following minimum specifications: Group 1 Requirements: 1. Must have eighteen (18) nodes enclosed in nine (9) twin 2U servers. 2. Each server must contain two (2) nodes in a 2U server chassis. 3. Each server must contain two (2) hot-swappable dual motherboard blades and mounting rails. 4. Power supply must be an 80 PLUS certified power supply having a minimum efficiency of 88% or greater when tested at the following load conditions: 20%, 50%, and 100%. 5. Each node must have at least two (2) AMD64 or Intel EM64T (or binary compatible) quad core processor chips. 6. Each processor chip must utilize no more than 80 watts when running a copy of High Performance Linpack Benchmark (HPL) on every core. 7. Each node must have basic input/output system (BIOS) set to preboot execution environment (PXE) boot as the first boot option. The following BIOS settings will be set to off or disabled if supported: Intel TurboBoost, Intel Simultaneous, and Intel Multithreading. 8. Each node must have 24 GB 1066 MHz or faster double-data-rate three (DDR3) synchronous dynamic random access (SDRAM) memory with error-correcting code (ECC). 9. Each node must have quad date rate (QDR) or faster InfiniBand connection built into the motherboard. 10. Each node must have four 1 terabyte (TB) or larger SATA drives. The disk(s) must be installed in hot-swappable disk bays and must be accessible for replacement without removing node from the rack. The disk(s) must have a spin rate of at least 7200 revolutions per minute (RPM) with at least 32 MB cache memory. 11. Each node must be capable of running 64 bit Red Hat Enterprise Linux 6.0 or later. The cluster will be configured with CentOS Linux 5 or later during acceptance testing. 12. Each node must have dual gigabit Ethernet with the first interface set to PXE boot. 13. Each node must have integrated or add-on remote management card (Baseboard Management Controller or BMC) that is compatible with Intelligent Platform Management Interface (IPMI) 2.0 and supports at least the following remote management functions via an Ethernet LAN interface: a. Remote power off b. Remote power on c. Remote system (re)boot d. Remote motherboard bios setting e. Remote motherboard bios upgrade/update/flashing f. Viewing serial console boot and runtime input/output from a remote management location 14. Each node must have power, disk storage, and network indicators. Line Item 0002: Quantity Ten (10) Twin 2U Servers, which shall meet or exceed the following minimum specifications: Group 2 Requirements: 1. Must have forty (40) nodes enclosed in ten (10) twin 2U servers. 2. Each server must contain four (4) nodes in a 2U server chassis. 3. Each server must contain four (4) hot-swappable dual motherboard blades and mounting rails. 4. Power supply must be an 80 PLUS certified power supply having a minimum efficiency of 88% or greater when tested at the following load conditions: 20%, 50%, and 100%. 5. Each node must have at least two (2) AMD64 or Intel EM64T (or binary compatible) quad core processor chips. 6. Each processor chip must utilize no more than 80 watts when running a copy of High Performance Linpack Benchmark (HPL) on every core. 7. Each node must have basic input/output system (BIOS) set to preboot execution environment (PXE) boot as the first boot option. The following BIOS settings will be set to off or disabled if supported: Intel TurboBoost, Intel Simultaneous, and Intel Multithreading. 8. Each node must have 24 GB 1066 MHz or faster double-data-rate three (DDR3) synchronous dynamic random access (SDRAM) memory with error-correcting code (ECC). 9. Each node must have quad date rate (QDR) or faster InfiniBand connection built into the motherboard. 10. Each node must have at least 500 GB of local disk storage. The disk(s) must be accessible for replacement without removing node from the rack. The disk(s) must have a spin rate of at least 7200 revolutions per minute (RPM) with at least 16 MB cache memory. 11. Each node must be capable of running 64 bit Red Hat Enterprise Linux 6.0 or later. The cluster will be configured with CentOS Linux 5 or later during acceptance testing. 12. Each node must have dual gigabit Ethernet with the first interface set to PXE boot. 13. Each node must have integrated or add-on remote management card (Baseboard Management Controller or BMC) that is compatible with Intelligent Platform Management Interface (IPMI) 2.0 and supports at least the following remote management functions via an Ethernet LAN interface: a. Remote power off b. Remote power on c. Remote system (re)boot d. Remote motherboard bios setting e. Remote motherboard bios upgrade/update/flashing f. Viewing serial console boot and runtime input/output from a remote management location 14. Each node must have power, disk storage, and network indicators. Both Line Items 0001-0002 shall meet or exceed the following minimum specifications: Identical Parts: 1. Each node group must contain identical parts, including identical firmware revisions/versions and board-level hardware revision numbers. Ethernet Network: All nodes must be connected via a 1 Gigabit Ethernet network: 1. Must support Secure Shell (SSH), Hypertext Transfer Protocol Secure (HTTPS), Simple Network Management Protocol Version 3 (SNMPv3), and nine (9) kilobyte jumbo frames. 2. Must provide two (2) multimode 10 Gigabit Ethernet uplinks ports per network switch. 3. Must be compatible with existing NIST network composed of SuperMicro SSE-G48-TG4 network switches. 4. Must include rack mounting kit. 5. Must include 3 meter Category 6 (Cat6) cables for each node. 6. Must include support documentation (user guide, CLI reference, etc.) InfiniBand Interconnect: All nodes must be connected via an InfiniBand fabric: 1. Must have two (2) redundant and field-replaceable power supplies. 2. Must support 40/20/10 Gigabit per second auto-negotiation links. 3. Must support quad small form factor pluggable (QSFP) optical and copper cables. 4. Must support Simple Network Management Protocol (SNMP). 5. Must support OpenIB's OpenSM subnet manager. 6. Must have a command line interface accessible via 10/100 Ethernet. 7. Must be compatible with existing NIST InfiniBand fabric composed of QLogic 12300-BS01 InfiniBand switches. 8. Must provide enough ports to support equipment provided by Contractor plus nine (9) ports for integration into existing NIST InfiniBand fabric. 9. Must include rack mounting kit. 10. Must include 3 meter QSFP to QSFP InfiniBand cables for each node. 11. Must include nine (9) 10 meter QSFP to QSFP cables for spine. 12. Must include support documentation (user guide, CLI reference, etc.) Operating System: No operating system required. Login and Gateway Nodes: No ancillary nodes (login, gateway, etc.) required. Warranty: The Contractor shall provide, at a minimum, a three (3) year return to depot warranty for all proposed hardware and cables. The warranty must cover all defects in materials and workmanship for a period of three (3) years from the date of final acceptance by the Government. Delivery: Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery shall be completed no later than two (2) months after acceptance of the purchase order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Inspection and Acceptance Criteria (see FAR 52.212-4(a)): The Government will inspect and accept the equipment within one (1) week of arrival at NIST. Upon delivery, and again during unpacking, NIST will inspect for shipping damage and lost or missing equipment. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the test and evaluations, if performed, at the Contractor's expense. Acceptance Testing: 1. Physical verification of equipment ordered a. Verify quantities and specifications 2. Bring system online a. Verify CPU speed b. Verify RAM total and speed c. Verify BIOS settings d. Verify PXE enabled Ethernet interface e. Verify IPMI interface exists, is enabled, and receives IP address by DHCP 3. Performance and reliability testing a. Boot nodes with memtest86 via PXE and run for 8 hours b. Run "HPL" benchmark test for 24 hours Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.217-4, Evaluation of Options Exercised at Time of Contract Award Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications - Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses: 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 including subparagraphs: 52.204-10 Reporting Subcontract Awards 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 52.217-6 Option for Increased Quantity - The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of the expiration of the option. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00 p.m. Eastern Time on Tuesday, July 26, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Joshua Holliday, Contract Specialist on 301-975-8497. Quotation Instructions: The Offeror shall submit the following: Technical Acceptability: The Offeror shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001-0002 2) An original and one (1) copy of the technical description and/or product literature 3) Description of warranty 4) An original and one (1) copy of the most recent published price list(s) 5) Country of Origin information for each line item Price: The Offeror shall submit a firm-fixed price. Basis for Award Determination/Evaluation Criteria: Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0406/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02503915-W 20110721/110720002522-be0eed68b5ed9c12c0d4858e14520d18 (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.