Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

99 -- Image Analysis System - Brand Name Only Components - Specifications - Provisions & Clauses

Notice Date
4/23/2018
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-18-RQ-0331
 
Archive Date
5/22/2018
 
Point of Contact
Latish Walker, Phone: 3019750474, Wendy Paulo, Phone: 3019753976
 
E-Mail Address
latish.walker@nist.gov, Wendy.Paulo@nist.gov
(latish.walker@nist.gov, Wendy.Paulo@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Image Analysis Provisions and Clauses Image Analysis Specifications 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 separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 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) 2005-95 effective 01/10/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,250 Employees. This acquisition is being procured as partial Brand Name Only, Total Small Business Set-Aside. Only quotes submitted by qualified small business concerns will be considered. The Materials Measurement Science Division (MMSD) of the Material Measurement Laboratory (MML) at the National Institute of Standards and Technology (NIST) provides research, reference materials, and data to support accurate and selective analysis of microscopic particles and surfaces, including the spatial distribution of chemical species relevant to industrial, environmental, and biological processes. MMSD has a mission critical automated particle discovery and particle analysis project requiring a high-performance computing system for deep learning. Responsible quoters shall provide pricing for the following, partial brand name computer equipment. All equipment must be new. Used or remanufactured equipment will not be considered for award. This procurement has Brand Name Only Components: The Intel Xeon Processor Series is the only product line for machine learning class computing. Since high-performance computing is the focus of MMSD's research, the division stays current with the computing marketplace, and has determined Intel as the only company capable of meeting the brand name portion of the requirement. As part of the project, there are several GPU-based systems as test systems. (GPU systems use graphical processing units originally developed for gaming video displays for computation-intensive systems, such as those commonly used in scientific, analytics and engineering applications.) For this project's production system, MMSD has a requirement to purchase the fastest GPU systems to support the automated analysis routines. 1.North Bridge Intel C621 Dual Socket (LGA3647) Motherboard - This motherboard is the only one with PCIe 3.0 slots which allows multiple boards to be connected and designed for Intel Scalable Processors such as Intel Xeon Gold 5115 CPUs. 2.Two (2) Intel Xeon® Gold 5115 "Skylake" - Intel Xeon Processor series is the only product line for machine learning class computing and Gold 5115 "Skylake" processors with 2.40 GHz 10-Core 14 nm CPUs, 85 W Thermal Design Power (TDP) can meet the processing needs for our machine learning image analysis project. 3. NVIDIA Titan V cards- The NVIDIA Titan V cards are currently the most advanced GPU cards, as demonstrated by having the most CUDA cores. The NVIDIA Titan has 5120 CUDA cores. The resulting architecture is the fastest available while using the minimal energy. 4.NVIDIA Quadro P400 graphics card- It ensures compatibility with the NVIDIA Titan V cards. 5.Microsoft Windows 10 Professional or Enterprise - Windows 10 Professional or Enterprise version is required since Windows 10 is the required Windows version for new computers at NIST. Professional or Enterprise version is required because Home or Standard version does not support enterprise level computer management capabilities. Delivery The system must be delivered within 30 days of the date of award. The items will be shipped F.O.B Destination to: The National Institute of Standards and Technology 100 Bureau Drive Building 301 Gaithersburg, MD 20899 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 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. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchaser order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the Contractor(s) provides components that meet the specifications in the Statement of Work (SOW), and the requirements of all Line and Optional Line items in the solicitation. If a Contractor does not indicate how its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST intends to evaluate quotes and issues a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractor's, if later determined by the Contracting Officer to be necessary. Quoter's must address each specification in the SOW, and clearly demonstrate that the commercial items quoted meet each specification. Price will be evaluated to determine that the total price (including the optional) items is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1.Evaluation of Technical Acceptability: Documentation that clearly confirms the Contractor can provide the elements of the Image Analysis Computer System, as specified in the SOW. Quoter's shall include a copy of the quoted component(s) manufacturer specifications. 2.A firm-fixed price quotation including delivery and two (2) years warranty for the Line Items as follows: •CLIN 0001, Firm-Fixed Price: One (1) Image Analysis Computer System, meeting all specifications in accordance with the SOW, inclusive of F.O.B Destination shipping, and warranty. $_________________total firm-fixed price. OPTIONAL ITEMS: •CLIN 0002, Firm-Fixed Price: One (1) Intel 10-Gigabit Ethernet Converged Network Adapter with two (2) RJ-45 ports (e.g., Intel X550-T2 NIC), meeting all specifications in accordance with the SOW, inclusive of F.O.B Destination shipping, and warranty. $_________________total firm-fixed price. •CLIN 0003, Firm-Fixed Price: A CPU Upgrade to two (2) Intel Xeon Gold 5120CPUs, meeting all specifications in accordance with the SOW, inclusive of F.O.B Destination shipping, and warranty. $_________________total firm-fixed price. •CLIN 0004, Firm-Fixed Price: Liquid Cooling for two (2) CPUs. $_________________total firm-fixed price. 1.A completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue. 2.If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following." [Contractor shall list exception(s) and rationale for the exceptions (s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 3.Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.gov to be considered for award. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS)program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATES FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 4:00PM Eastern Standard Time on May 7, 2018. A quotation shall be considered received when it is received in the electronic inbox of Tish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 4:00PM Eastern Time on May 1, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/ ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-18-RQ-0331/listing.html)
 
Record
SN04897898-W 20180425/180423230642-e0ba78311a4aa58ba1e6287db3c45bab (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.