SOURCES SOUGHT
70 -- Scientific Visualization System
- Notice Date
- 8/17/2006
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Information Technology Solutions Division (4TRW-H), 4890 University Square, Suite 3F, Huntsville, AL, 35816
- ZIP Code
- 35816
- Solicitation Number
- 4THO96065532
- Response Due
- 8/21/2006
- Archive Date
- 9/5/2006
- Description
- This is not a request for proposals/quotes. The General Services Administration?s Federal Technology Service in Region 4 is seeking sources to support a requirement for the Engineer Research and Development Center?s (ERDC?s) Major Shared Resource Center (MSRC) in Vicksburg, MS. No contract(s) will be issued as a result of this notice; however, a bidder?s list will be compiled from the responses received. In order to submit a bid for this requirement, a firm must be registered in the GSA acquisition management System (ITSS). If you are not currently registered, you may do so by going to https://it-solutions.gsa.gov and following the registration instructions. Please respond with your company?s interest in participating in the RFQ process and the name of the ITSS registered POC representing your firm. All responses must be received by 5:00 pm CDT on Monday August 21st, 2006. Responses should be issued via email to Eddie Mills at eddie.mills@gsa.gov. The description of the requirement is as follows: 1.0 General Information 1.1 Concept of Operations The Engineer Research & Development Center (ERDC) Major Shared Resource Center (MSRC) is seeking quotes for a Scientific Visualization System (SVS) as part of the DoD High Performance Computing Modernization Program?s (HPCMP) Technology Insertion 2006 (TI-06) process. The system is anticipated to be a collection of several workstations (each called a node) with a fast network interconnect. The system should be expandable and upgradeable to meet the evolving requirements of a production Scientific Visualization Center (SVC). The Government reserves the right not to make any award from this RFQ if deemed in its best interest. 2.0 System Requirements The system delivered in response to this solicitation shall support IPv4 and IPv6 dual stack functionality. 2.1 Hardware Each key system component shall be available as a commodity or Commercial Off-the-Shelf (COTS) item that can be replaced by nearly any COTS provider. Each hardware, firmware, and software interface shall be based on open industry standards such that replacement components can be installed and will communicate properly with the rest of the system. 2.1.1 Nodes The SVS shall contain six or more nodes. 2.1.2 Consoles There shall be one console per SVS node. 2.1.4 Storage There shall be a storage node or nodes which shall have the following specific hardware configuration. 2.1.4.1 Rackmountable chassis 2.1.4.2 20TB of usable RAID5 storage 2.1.4.3 Available to all SVS nodes as shared storage 2.1.4.4 Support parallel/concurrent access from all SVS nodes via parallel filesystem 2.1.4.5 Connection from the storage node or nodes to the SVS nodes will be via Infiniband 2.1.4.6 Console 2.1.4.6.1 One Dell 2405 or 2407 FPW LCD flat panel with 1920x1200 resolution or equivalent 2.1.4.6.2 One 50-ft, fiber-optic, DVI cable that supports 1920x1200 resolution 2.1.4.6.3 One PS2, two-button, optical mouse with scroll-wheel 2.1.4.6.4 One PS2 keyboard 2.1.4.6.5 Two 50-ft PS2 extension cables If additional servers, i.e., Linux/Solaris/Unix/Windows systems, are involved in providing this storage service, then the customer must have complete and unrestricted access to the full contents of the system; "sealed" network appliances are not acceptable. 2.2 Software Each Scientific Visualization System (SVS) node shall have the following specific software configuration (latest commercially available versions as of the date of contract award). 2.2.1 Red Hat Enterprise Advanced Server 2.2.2 NEROLinux software for writing data to DVD+/-RW burner 2.2.3 Cluster administration utilities pdsh/pdcp 2.2.4 NVidia Linux x86_64 driver set 2.2.5 Infiniband software stack including IPoIB and VAPI 2.2.6 MVAPICH MPI-1 IB implementation, OpenMPI, or equivalent for MPI communication over the Infiniband network The system shall be able to run the following third-party software which will be furnished by the Government during installation. 3.0 Delivery, Installation, and Acceptance The Government will be partnering with contractors that support the daily operations of the ERDC MSRC throughout the delivery, installation, and acceptance process. After award, the Offeror shall coordinate with the Government Contracting Officer?s Technical Representative (COTR) to ensure knowledge of, understanding of, and adherence to site security policies and procedures during delivery, installation, and acceptance. Offeror installation/support personnel visiting the ERDC MSRC site are required to be U.S. citizens. 3.1 Delivery The Offeror is strongly encouraged to conduct a full-system burn-in and functional testing according to their standard quality assurance procedures prior to system shipment. The Offeror shall ship the SVS onsite to the ERDC MSRC with prepaid shipping. The Offeror shall unpack the system as shipped, assemble the SVS, power the system on, and boot the system to a functioning operating system. At this point, the system will be considered delivered. 3.2 Installation The Government desires to minimize, where appropriate and possible, the length of time between delivery and production use of the proposed system. Accordingly, the Offeror shall permit access to and use of the system by designated ERDC MSRC Government and contractor personnel during installation and both prior to and during the Acceptance Test as described in paragraph 3.3.1. The Government recognizes that such access/use needs to be explicitly coordinated with the Offeror in advance of access/use. Beginning the first business day following delivery, the Offeror shall provide at least two consecutive business days of onsite installation support for the system. This installation support will allow for operating system and software configuration changes in coordination with ERDC MSRC staff to ensure the system meets DoD HPCMP and ERDC MSRC configuration and security requirements. During this time, ERDC MSRC staff will load Government furnished software on the system, including the software specified in 2.2.8 ? 2.2.16, HPCMP Kerberos, HPCMP SSH (http://kirby.hpcmp.hpc.mil), and Platform FTA, in coordination with Offeror personnel. ERDC MSRC staff will then run Government security scans on the system. Once Government security scans have been run successfully as determined by ERDC MSRC security personnel, ERDC MSRC staff shall connect the system to the ERDC MSRC network. At this point, the system will be considered installed. Due to site security requirements, Offeror personnel will not be able to access the system once it is installed, i.e. connected to the ERDC MSRC network. 3.3 Acceptance Beginning the first business day following installation, the Offeror and Government shall begin consecutive business days of onsite acceptance test demonstration for the system according to the following Acceptance Test definition. 3.3.1 Acceptance Test (AT) The Acceptance Test Plan (ATP) is defined as the document, developed and submitted by the Offeror and approved by the Government, which defines the individual tests, test procedures, and expected test results which will be used to conduct the Acceptance Test. The Acceptance Test (AT) is defined as the execution of the individual tests contained in the ATP by the Offeror and the Government or a designated Government agent, the results of which are recorded in a copy of the approved ATP and acknowledged by both the Offeror and Government in writing. The Government expects the Offeror to develop the ATP without impact to the existing resources of the ERDC MSRC. After award, the Offeror shall consult the COTR concerning any questions, coordination with ERDC MSRC staff, and planned activities at the ERDC MSRC. The Offeror shall address all correspondence related to the ATP to the GSA Contracting Officer and COTR. The purpose of the AT is two-fold: to demonstrate that all components of the system can function as an inter-working system, and to verify that the inter-working system can meet minimum performance and functionality criteria defined in the ATP. The Offeror shall submit the ATP to the Government (GSA Contracting Officer and COTR) no more than 30 calendar days after contract award and at least 21 calendar days prior to proposed system delivery. The Government will acknowledge receipt, review the ATP document, and provide a consolidated set of comments as appropriate to the Offeror within 7 calendar days of acknowledged receipt of the draft. The Offeror shall submit the final ATP to the Government (GSA Contracting Officer and COTR) for approval at least 7 calendar days prior to proposed system delivery. In order for the AT to begin, the system must be installed (3.2) and a final version of the ATP must have been submitted to and approved by the Government in writing. The system must successfully meet the requirements defined in the approved ATP in order for the Government to accept the system. The AT shall begin no later than the first business day following installation and may last up to five consecutive business days. The AT shall begin with the execution of the first test in the approved ATP. ERDC MSRC staff will conduct the AT in coordination with Offeror personnel. Due to site security requirements, ERDC MSRC staff members will perform the actual keystrokes required to execute the AT. The Offeror and the Government or designated Government agent will visually inspect the results of each test procedure as it is executed. Actual results will be compared to the expected results in order to verify completion of the tests. Any supporting documentation, such as system logs, diagnostic messages, or application output, shall be submitted with the results of the tests. During the AT, the Government may waive individual tests at its discretion. In the event that the system does not successfully complete the AT within five consecutive business days of the commencement of the AT, the Offeror and the Government or Government?s agent shall determine the reason for the failure. After correcting the failure in order to achieve a satisfactory result, which may require adding, substituting, or installing requisite hardware and/or software and performing services at no extra cost to the Government, the Offeror shall repeat the AT. If corrections are required, ERDC MSRC staff will take the system off the ERDC MSRC network in order to allow the Offeror system access to make necessary corrections. Once the Offeror has notified the Government that corrective actions are complete, ERDC MSRC staff will run security scans prior to reconnecting the system to the ERDC MSRC network. The Government may, at its discretion, require the Offeror to repeat the AT in its entirety (including re-running tests previously passed) if it deems that the corrective actions taken to achieve a satisfactory result on a particular test necessitate that all tests be re-run. If the Offeror has not successfully completed the AT within 30 consecutive calendar days of the initiation of testing, the Government may, at its discretion, refuse the system at no cost to the Government. In this case, the Offeror shall be responsible for the cost of restoring the ERDC MSRC facility and systems to their pre-installation configuration to include removing the Offeror system from the site. The Date of Acceptance shall be the date on which the system has successfully passed all tests (in a single or multiple AT periods, at the Government?s discretion) proposed in the approved ATP. The Offeror shall prepare and submit DD Form 250, Material Inspection and Receiving Report, along with a copy of the signed/completed ATP and a complete bill of materials documenting the tested configuration (Offeror-delivered hardware and software) to the GSA Contracting Officer and Government COTR. The Offeror shall include the following notes in section 16: Scientific Visualization System (see attached bill of materials) Date of Acceptance: DD-MMM-YYYY The COTR shall formally acknowledge acceptance and receipt of the system on the face of the DD Form 250 by signing and dating sections 21.b. and 22. The Government will not make payment on the system without formal COTR acceptance and receipt as described. 4.0 Warranty and Maintenance 4.1 Warranty The Offeror should offer comprehensive single-point-of contact support for the system (all Offeror-proposed hardware and software) and all support issues. The system proposed should include a comprehensive four-year Offeror warranty (as opposed to factory warranties covering individual components) with 8x5 coverage, next-business-day parts, next-business-day on-site labor, and phone/e-mail support. The four-year warranty should be quoted as a separate line item. The warranty shall commence on the date of acceptance as specified on the referenced DD250. Any maintenance services (to include parts replacement) performed prior to the end of warranty period shall be furnished at no cost to the Government. Prior to the expiration of the warranty period, whenever equipment is shipped for mechanical replacement purposes, the Offeror shall bear all costs, including, but not limited to costs of packing, transportation, rigging, drayage and insurance. The warranty shall not apply to maintenance required due to the fault or negligence of the Government. The Offeror shall include detailed terms and conditions describing the warranty offered. Warranty services shall be provided by technically qualified personnel who meet ERDC MSRC site security requirements as appropriate. 4.2 Defective Parts Retention Once accepted by the Government, parts that contain any data (non-volatile memory devices such as magnetic media, semiconductor devices, etc.) that become defective will be retained by the Government. The Government, at its option, may permit degaussing and/or declassification of such devices in accordance with Government approved procedures for return to and re-use/disposal by the Offeror. However, the Government reserves the right to retain these devices permanently or to destroy them, regardless of warranty or maintenance terms and conditions for these devices. In all cases, the Government will retain failed hard drives. The Government shall incur no incremental costs related to the retention of defective parts. 4.3 Software Maintenance The Offeror should provide, either as part of the system warranty (4.1), or as four separately priced annual software maintenance options, maintenance for all Offeror-proposed software. The Offeror shall include detailed terms and conditions for software maintenance as part of warranty terms and conditions or separately, as appropriate. Software maintenance shall be considered to include the following. 4.3.1 New Releases The Offeror shall provide all new releases of Offeror-proposed software along with installation instructions and associated documentation within 60 days of manufacturer or developer release for production use. ?Releases? shall be considered to include corrections (i.e. ?bug fixes?), revisions, updates, extensions, improvements, new versions, and new library language bindings. 4.3.2 Security Alerts The Offeror shall notify designated ERDC MSRC staff of all security alerts that apply to Offeror-proposed software within 1 day of release. 4.3.3 Phone/E-mail Support The Offeror shall provide phone and e-mail support for issues related to Offeror-proposed software, including but not limited to installation of new releases.
- Place of Performance
- Address: Vicksburg, MS
- Zip Code: 39180
- Country: UNITED STATES
- Zip Code: 39180
- Record
- SN01118653-W 20060819/060817222244 (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 |