SOLICITATION NOTICE
70 -- Linux Operating System
- Notice Date
- 9/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- F43SCW42050200
- Response Due
- 9/27/2004
- Archive Date
- 11/27/2004
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation F43SCW42050200 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, Effective 19 Jul 2004. The Government contemplates award of a Firm-Fixed Price Purchase Order resulting from this solicitation. The NAICS code is 334111 and the size standard is 1,000 employees. The System Requirements for the quantity of one (1) each are as follows: The system to be purchased is a Linux based visual imaging workstation, which includes dual 2.4 GHz Opteron CPUs with 4 GB main memory, a PCI Express bus integrated with the NVidia FX3400 Graphics Processing Unit (GPU) and 256 MB graphics memory, plus an ORAD VR-X video compositor card, 73 GB hot swap system disk, four 146 GB SCSI 320 RAID 0 disk array, DVD-RW drive, 3.5? floppy, Real-Time Clock & Interrupt Module, Gigabit Ethernet port, serial ports, USB ports, keyboard/mouse, parallel port, video port, Linux Real-Time Operating System modifications to a standard Red Hat Linux distribution, with hardware and software documentation. Special system support software requirements include the following integrated tool capabilities: Non-intrusive GUI-based, real-time Linux software tools which include an event analyzer, source-level debugger, frequency-based scheduler, data probe monitoring and software API, with user documentation for all software System integration support is required as a part of the acquisition, which provides for factory or field integration and test of all hardware and software components as a complete system, including successful execution of all applicable hardware diagnostics, device drivers, and factory test procedures. On-site maintenance and software support for the system is required for a minimum of one year as a part of this acquisition, including any system software upgrades during the period of coverage. There are four features associated with this system acquisition which, in combination, provide a unique system configuration to satisfy the requirements for integration with the SCW Digital Video Integrated TSPI System (DVITS), for processing and display of high-speed, high-resolution digital video data at real-time data rates and the ability to generate CAD model projections with frame-buffer read back and compositing operations for overlay of projected CAD model images with Z buffer scene composition with sequential input digital video image frames. These uniquely combined features include the following: Real-time Linux operating system. Standard commercially available distributions of the Linux Operating System do not include all the features required for successful real-time system operation. The requirement for this acquisition is that a standard Linux distribution (Red Hat O/S, for compatibility with existing DVITS software architecture) be modified and compiled with the addition of software patches to support real-time system operation which provides the following features: o Shielded CPU real-time approach for dual CPU implementation, keep end-to-end latency in milliseconds time range o Interface with real-time clock and interrupt module which accommodates real-time interrupts in sub-millisecond time range o Deterministic support of scheduled real-time tasks, including graphics and image processing tasks with multiple threading applications o Debug real-time software tools which provide a system level view, including inter-task communications and intra-process operations (including APIs for application program interfaces) PCI Express bus with PCI Express graphics processor unit (GPU). PCI Express bus interface with the high-end GPU must support x16 PCI Express data throughput option, 128-bit IEEE floating-point precision graphics pipeline, with 128-bit color, 32-bit floating point frame buffer, 28.8 GB/sec memory bandwidth for minimum of 256 MB graphics memory, up to 2048 x 1536 pixels for dual screen display or 3840 x 2400 pixels for single screen display, 12-bit subpixel sampling precision and support for high dynamic range imaging, greater than 1 GB/sec image buffer frame read back capability, dual Digital Video Interface (DVI) output for digital display and video compositor card input (1600 x 1200 resolution at 24 Hz rate for dual DVI outputs or 3840 x 2400 resolution at 24 Hz rate for single DVI output), next generation shading architecture (OpenGL 1.5 graphics standard compatibility). Graphics interface must be fully programmable, providing optimized compilers for Cg and OpenGL shading language standards, with complete XFree 86 X-windows device drivers for the Linux operating system installed. Dual AMD Opteron 2.4 GHz 64-bit processors and HyperTransport bus. The AMD Opteron CPU supports both 32-bit and 64-bit CPU operations in native mode, at a peak computation rate of over 4 Gflops per CPU. The HyperTransport system bus supports a peak aggregate bandwidth of 12.8 GB/sec and is compatible with I/O interface requirements for up to 10-Gb Ethernet ports for external data I/O as well as the multiple dual-port Gigabit Ethernet ports required for interface with the new DVITS high-speed data storage server, the Hewlett-Packard Scalable File Server (HP-SFS), based on the HPC-developed Lustre file server protocol. These high-speed computation and data transfer rates are required by DVITS to support processing requirements for high-speed, high-resolution digital video. Video Compositor cards for compositing operations on dual DVI outputs from up to two GPUs per card. The ORAD VR-X video compositing card is based on a new technology using field programmable gate arrays (FPGAs) for combining the DVI outputs from two GPUs (normally used only as the inputs for LCD screen displays, but used by this card as true digital data input sources). This compositing capability allows the user to decompose and share the graphics-processing task among multiple GPUs, combining the inputs of two GPUs (or one GPU and another video compositing card output) into a separate video compositing card for the generation of a single composite video output. The dual DVI inputs can be combined under external software program control (with software APIs provide for the video compositor card control) and selecting among the following video compositing options: o Frame buffer source selection and synchronization control o Image compositing using any of the following: Sample division (for anti-aliasing) Time division Image division Eye division Scene division Volume division Video-on-texture capability (for input scene images) o DVI output chaining/linking control o Support for dual DVI inputs up to 2048 x 1536 pixels @ 60 Hz frame rates The delivery address is Bldg. 380, Room 124 on Eglin AFB, FL. The delivery date is as soon as the apparent winner of the RFQ can deliver. The provision at 52.212-1, Instructions to Offerors -- Commercial, does not apply to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, is not applicable to this solicitation. The Government will award a purchase order to the responsible firm submitting the lowest evaluated price that meets the Government?s requirement. The customer prefers the Linux Operating System, Brand Name or Equal. The technical point-of-contact listed below will determine whether or not alternatives to the Linux Operating System are suitable to meet the Government?s requirement. Vendors must be authorized resellers of the brand and specific items requested by the customer. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. Offerors are advised to include Alternate I (Apr 2002) and Alternate II (Oct 2000). The provision at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. In addition, the following clauses cited at 52.212-5 are applicable to this acquisition: 52.225-1, Buy American Act?Supplies (JUNE 2003)(41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The clause at 52.247-34 F.O.B. Destination (NOV 1991) is applicable to this solicitation. The clause at 252.246-7000 Material Inspection And Receiving Report (MAR 2003) is applicable to this solicitation. The clause at 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003)(41 U.S.C. 10a-10d, E.O. 10582) is applicable to this acquisition. The clause at 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) is applicable to this solicitation. Facsimile or email quotes should be submitted to the following: Attn. Brian Ellison, fax # 850-882-4916 or brian.ellison@eglin.af.mil. Quotes must be received no later than 4:00 p.m., local time, Eglin AFB, FL on Monday, 27 September 2004. For clarification, explanation, and/or additional information regarding this acquisition, please contact the buyer, Brian K. Ellison at 850-882-0344. The technical point-of-contact for inquiries/information is Mr. Neal Urquhart at (850) 882-8470 or email: neal.urquhart@eglin.af.mil .
- Place of Performance
- Address: Bldg. 380, Room 124, Eglin AFB, FL
- Zip Code: 32542
- Country: US
- Zip Code: 32542
- Record
- SN00679420-W 20040924/040922211959 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |