Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

70 -- Procurement of four GPU Computers - N02RC62626-6

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
N02RC62626-6
 
Archive Date
8/18/2016
 
Point of Contact
Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
jolomi.omatete@nih.gov
(jolomi.omatete@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
N02RC62626-6 Combined Solicitation_Synosis Title: Procurement of 4 GPU Computers General Information Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02RC62626-6 Proposed Posted Date: 07/26/2016 Proposed Response Date: 08/03/2016 3:00PM EST Classification Code: 70 - General Purpose Information Technology Equipment NAICS Code: 334111- Electronic Computer Manufacturing Business Size Standard: 1250 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E152, Rockville, MD 20850, United States. Description The Center for Cancer Research (CCR)/ Laboratory of Cell Biology (LCB) / BioPhysics Section has a requirement for four (4) GPU computers. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, #N02RC62626-6, includes all applicable provisions and clauses in effect through FAR FAC 2005-87-2 / 04-06-2016 simplified procedures for commercial items. The North American Industry Classification System code is 33411 and the business size standard is 1250 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. This requirement is a Total Small Business Set-Aside. All qualified small business vendors are encouraged to submit a quote. Background The Center for Cancer Research (CCR)/ Laboratory of Cell Biology (LCB) / BioPhysics Section make extensive use of high performance computing to work on structure determination of protein assemblies with cryo-electron microscopy. At present, we use the resources available to us through the biowulf CPU computer cluster at NIH. However, processing times can be very slow and we are seeking to accelerate the speed of data processing by over an order of magnitude with purchase of these GPU computers in the present purchase request. We are in a highly internationally competitive arena, and having these resources will help us keep up with rapid developments in the field, and stay at the forefront of using cryo-EM technology for drug discovery applications important to the mission of the NCI. The BioPhysics section would like to procure four (4) GPU computers with the following features: •(1pcs) 4U Rackmount Server Base Platform •(2pcs.) Intel Xeon E5-2660V4 14C/28T 2.0Ghz 9.6GT/s 35mb 105w •(32pcs.) DIMM 16384mb 2400MHz DR x 8 Registered ECC DDR4 •(4 pcs.) Samsung 850 Pro 2048gb SSD •(20 pcs.) Seagate 2.5 7200.3 2000gb 7200 RPM 128mb Cache SATA 6.0Gb/s •(1 pcs.) Adaptec 72405 24 Port PCI-E (x8) RAID 0/1/1E/5/6/10/50/60 Controller •(1 pcs.) Adaptec AFM-700 8 pcs. •(8 pcs.) PNY GeForce GTX1080 8192MB PCI-E (Founders Edition) Netgear XS716T Delivery & Installation Delivery shall be within 30 days of purchase order award. All shipping/handling and delivery/installation fees shall be included in the quote. Upon delivery, Contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. (COR TBD upon award) The Contractor shall deliver the computers to the following address: National Institutes of Health (NIH) Bethesda Main Campus, Bldg. 50 Louis Stoke Laboratories 50 South Drive Bethesda, MD 20814 Warranty The computers shall have a 12-month warranty, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. Payment Payment shall be made after delivery, inspection and installation of the computers. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. Clauses and Provisions The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instruction to Offerors Commercial Items (OCT 2015) FAR 52.212-2 Evaluation Commercial Items (OCT 2014) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (APR 2016) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-5 Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). 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 quote. 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 quote. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Jolomi Omatete, Contract Specialist at jolomi.omatete@nih.gov. HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) HHSAR 352.208-70 PRINTING AND DUPLICATION (DEC 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION(DEC 2015) Submission Information Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contract Specialist, Jolomi Omatete, at Jolomi.Omatete@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 3:00 PM EST on Thursday, July 28, 2016. Quotes must be submitted electronically (via email) to Contract Specialist, Jolomi Omatete, at Jolomi.Omatete@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 3:00 PM EST, on Wednesday, August 3, 2016. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02RC62626-6 on all correspondence. Evaluation Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) quote; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. A technically acceptable quote is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Quotes that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received Price Proposal The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/N02RC62626-6/listing.html)
 
Place of Performance
Address: National Institutes of Health (NIH), Bethesda Main Campus, Bldg. 50, Louis Stoke Laboratories, 50 South Drive, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04196170-W 20160728/160726234905-5db9a98680ef869db0aa74eb8e6d5b7f (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.