Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

66 -- High Performance Computer Cluster - Statement of Work

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB672010-15-03928
 
Archive Date
9/29/2015
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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. This solicitation, NB672010-15-03928, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a small business size standard of 150 employees. This is a total small business set-aside. It is being issued using the simplified acquisition procedures under the authority of FAR 13.5 Certain Commercial Items. This combined synopsis/solicitation is for the following commercial item(s): CLIN 0001: One (1) High Performance Computer Cluster Description of requirements for the items to be acquired: National Institute of Standard and Technology's (NIST) Communications Technology Laboratory, RF Technology Division utilizes electronic design automation (EDA) simulations and high frequency finite element (FE) simulations to predict the properties of circuits and to compare with the results of experiments. To expedite and facilitate larger simulations and to aid in the design and development of modeling techniques in new systems, a high-performance computing cluster is required. The required system is a conventional computer in most senses, but lies at the high-performance and spatially compact end of the commodity spectrum. Due to the economics of scale, it is more efficient and cost effective to open this resource to multiple projects within the RF Technology Division, rather than limiting the resource to a single researcher as is the case with a conventional desktop. For reasons of space economy, we require a rack-mounted high-performance computer cluster with a compact chassis, a relatively large number of computational cores, and a large amount of random access memory (RAM). This purchase consists of a head node and computational node(s), a high-performance interconnection interface, associated cabling, operating system, scheduling program, service and on-site installation contracts, 5-year hardware warrantees, and 5-year service contracts. A noteworthy feature of the system is that the hardware must run FE simulation software (specifically, High Frequency Structure Simulation by ANSYS) through remote simulation managers over the NIST network. Other optional software includes EDA (specifically, Automated Design Software by Keysight) and planar simulation software (specifically, Sonnet Simulator by Sonnet). The Contractor shall provide all components for one (1) High Performance Computer Cluster that meets the following minimum technical requirements. The Contractor shall deliver the system, networking, software, support, testing and warranty, as described below. TECHNICAL SPECIFICATIONS: The Contractor shall provide one (1) rack-mount computational node, and associated signal cabling, as described below. Head node (1 required): • The node must have a CPU or CPUs totaling 16 cores, capable of running at least 16 simultaneous execution threads, clocked at 2.4 GHz or faster, with Intel Xeon E5 architecture. • The node must have memory totaling at least 128 GB of registered ECC RAM, at a speed of DDR4-2133 or faster. • The node must be enclosed in a 2U rack-mount chassis, 19-inch width, and the rail kits must be included. • The chassis must also include a dual hot-swappable power supply. • The node must include 12 hot swappable hard drive bays. • The node must have a RAID controller for data management and protection, MegaRAID LSI 9271-8i or better. • The node most have one (1) 2.5" RAID 1 totaling Volume 256 GB capacity SDD or larger, SATA drive, with a rated transfer speed of 6 GB/s or faster. • The node most have twelve (12) 3.5" RAID 6 HDDs totaling Volume 60 TB or more capacity or larger, SAS hard drives. • The node must have an InfiniBand host channel adapter, 4× QDR 40Gb/s or faster, QSFP connector or equivalent such as FDR. • The node must have two (2) gigabit or faster ethernet ports. These ports may be provided by the motherboard or by an accessory card. • The node must have one dedicated ethernet baseboard management controller for the intelligent platform management interface. These ports may be provided by the motherboard or by an accessory card. • The node must provide basic keyboard and mouse inputs, and video output. The keyboard and mouse inputs may be of the PS/2 type, or USB, at vendor's discretion. Video out must be able to provide a text console. Video out may be provided by the motherboard or by an accessory card. Compute node (at least 4 required): • The node must have a CPU or CPUs totaling 32 cores or more, capable of running at least 32 simultaneous execution threads, clocked at least at 2.6 GHz or faster, with Intel Xeon E5 architecture. • The node must have at least 512 GB (at least 16 GB/core) of registered ECC RAM, at a speed of DDR4-2133 or faster. • The node must be enclosed in a rack-mount chassis, 19-inch width, and the rail kits must be included. • The chassis must also include redundant power supply for the motherboard, CPUs, and RAM, capable of operating on single-phase power. • The node must have a motherboard capable of driving the CPUs and RAM at their full rated speeds. • The node must have one (1) 2.5" RAID 1 total Volume 1024 GB capacity SDD (or twice the total RAM in each node), SATA drive, with a rated transfer speed of 6 GB/s or faster. SATA controllers must be included. • The node must have an InfiniBand host channel adapter, 4×QDR 40Gb/s or faster equivalent, QSFP connector or equivalent. • The node must have two (2) gigabit or faster ethernet ports. These ports may be provided by the motherboard or by an accessory card. • The node must have one dedicated ethernet baseboard management controller for the intelligent platform management interface. These ports may be provided by the motherboard or by an accessory card. • The node must have all power cords and communication cables included. • A total of 128 total compute cores or more are required. For example, 4 compute nodes with 32 cores would yield 128 total compute cores. Likewise, 3 compute nodes with 40 cores would not meet the requirement. Rack infrastructure (required): • Rack infrastructure must include a monitored power distribution unit (PDU) that supports the total output capacity. • Rack infrastructure must include rack mounting kits for a 19" rack. Networking (required): • Vendor must supply an upgradeable (no less than 36-ports) QDR switch or equivalent with associated rails, and rack mounting hardware. • Vendor must supply GbE switch with associated rails, and rack mounting hardware. • Vendor must supply and install both QDR and GbE switch control software or equivalent. • Vendor must supply a QSFP to QSFP infiniband cable (1 required) to connect the node HCA to the infiniband switch or equivalent. • Vendor must supply cables to connect the nodes ethernet ports to the ethernet switches. Software (required): • Vendor must install the operating system and perform associated benchmarking. Appropriate operating systems include CentOS 6 or higher, or RedHat. Compatibility with listed applications is required. • Vendor must install FE High Frequency Structure Simulator (HFSS) simulation software by ANSYS. License provided by NIST. • Vendor must install MATLAB R2015a. License provided by NIST. • Vendor must install C, C++, FORTRAN 2008 compilers. • Software installation can be on site or at the vendor's facility. • Vendor must install head node cluster control software and scheduler compatible with the software. • Vendor must supply cables to connect the nodes ethernet ports to the ethernet switches. Software (optional): • Vendor may install FE Sonnet simulation software by Sonnet Software. License provided by NIST. • Vendor may install EDA Automated Design Software by Keysight. License provided by NIST. Support (required): • Vendor must include 5-Year 24x7, 4-Hour, on-site hardware support. • Vendor must be able to provide as needed on-site software support. • Vendor support must include guaranteed forward compatibility and availability of replacement parts for 5 years. Testing (required): • Vendor must complete burn-in testing on all components, and verify device functionality with the operating system and software. o Benchmarking for cluster computing: LAPACK or equivalent. • Vendor must perform benchmark simulations on the head node and compute nodes o Benchmarking for HFSS: "PCB Differential Via" or equivalent. o Benchmarking for Matlab: "paralleldemo_distribjob_bench" or equivalent. Testing (optional): • Vendor may complete burn-in testing on all components, and verify device functionality with the operating system and software o Benchmarking for cluster computing: LAPACK or equivalent. • Vendor may perform benchmark simulations on the head node and compute nodes o Benchmarking for Sonnet: "Stripline Standard" or equivalent. o Benchmarking for ADS: "Momentum benchmark" or equivalent. Warranty: The Contractor shall include at least a five (5) year warranty on all hardware. Period of Performance: The period of performance shall be 45 days after receipt of order. Place of Performance: All work shall be completed at the Contractor's facility. Upon delivery to NIST, the head and compute nodes must be fully assembled with the operating system, scheduler, and FE and EDA software installed. Deliverables: Description Quantity Due Date Head node One (1) 45 days after award of this requirement. Compute node Four (4) 45 days after award of this requirement Rack infrastructure One (1) 45 days after award of this requirement Cabling *Ten (10) Infiniband, *Ten (10) IB, GbE *Ten (10), IPMI *Twenty (20), Power 45 days after award of this requirement. Burn-in testing Once Prior to shipping from vendor facility. Software benchmarking+ Once Prior to shipping from vendor facility or during on-site installation. *Subject to vendor needs +NIST will provide licenses for all vendor installed software Performance Requirement Summary: The Contractor shall demonstrate that all performance standards in this statement of work have been met. BASIS OF AWARD: Award shall be made, if at all, to the responsible offeror whose offer conforms to the requirements of the solicitation, representing the best value to the Government considering the Government's evaluation of the following factors: (1) Technical Approach, (2) Relevant Past Performance, and (3) Price. The above evaluation factors are in order of most important (Technical Approach) to least important (Price). All evaluation factors other than price combined are significantly more important than price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. Technical Approach: NIST will evaluate the extent to which the offeror's proposal meets the minimum requirements in the SOW, and the extent to which the proposed solution exceeds the SOW in the following areas: • Head node and compute node scalability and forward compatibility • Quality of the compute and head node architecture • Memory handling • Job handling and scheduling • Simultaneous usage • Infrastructure requirements (i.e., turn-key) • Quality of the networking infrastructure • Software requirements • Testing Relevant Past Performance: The Government will evaluate the offeror's past performance information to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance information, the Government will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of services, and customer satisfaction. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government may evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information from sources other than those described by the Contractor in its quotation, e.g. Past Performance Information Retrieval System (PPIRS) and any other reference information the Government obtains on its own. If the Contractor has no relevant past performance information, then the Government will assign a neutral rating. In this context, "relevant" is defined as project scopes that are similar in hardware (e.g., other high performance computing clusters) and complexity (e.g., installation of simulation software). The relevant projects shall include the following salient functions: the ability use FE High Frequency Structure Simulator software, job handling, memory allocation and handling, perform benchmarking, and coordinate with the Government. Relevant projects shall have been completed in the past 3 years. Price: The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed prices will increase with the degree of equality of the quotations in relation to the other factors on which selections is to be based. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical approach and relevant past performance. (See attached Instructions To Offerors). FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilizing of Small Business Concerns 52.219-13, Notice of Set Aside of Orders 52.219-28, Post Award Small Business Program Re-representation 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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 - Place of Manufacture FAR 52.232-13, Notice of Progress Payments FAR 52.232-16, Progress Payments CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.202-1, Definitions FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST 325 Broadway Shipping and Receiving Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL-39 Marking/Packing Instructions If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual package/container in the shipment shall include deliverables on a per-CLIN or Item basis. For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2" and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. The Contractor shall submit a Quote, to be received no later than 4 p.m. Mountain Time, Monday, September 14, 2015, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to angela.hitt@nist.gov. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Wednesday, September 9, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672010-15-03928/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03868542-W 20150904/150903000248-3c418c63f688d6c6529eb053c73f3e2a (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.