Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOLICITATION NOTICE

70 -- COMPUTER CLUSTER

Notice Date
8/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
 
ZIP Code
00000
 
Solicitation Number
DE-RQ26-07NT00703
 
Response Due
8/21/2007
 
Archive Date
2/21/2008
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: COMPUTER CLUSTER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-07NT00703 the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA (for deliver at our Morgantown, WV site) intends to purchase the following: Computer Cluster (1 each) with the following specifications: Computer cluster with specifications: 1). 64-bit CPU architecture. 2). Scalable full-duplex low-latency high-performance interconnect switch fabric 3). Rack-mount physical build. 4). Turnkey level of integration and installation. Detailed minimum specifications are as follows: 1). No less than 32TB (native) installed and configured mass storage preferably not to exceed 12U of rack space. Optional support-path for possible future parallel file system integration is desirable but not required). 2.) An aggregation of identical computational nodes totaling no less than 312 64-bit CPU-cores, 2GB RAM per CPU-core (624TB), 1 local/scratch HDD (80GB or higher), pre-configured support for both 100/1000Mbps and full-duplex low-latency high-performance interconnect switch fabrics. Optional support-path for possible future parallel file system integration is desirable but not required 3.) Rack mounted slide-out LCD, Keyboard, and Trackpad. 4). A scalable, full-duplex low-latency high-performance interconnect switch fabric. 5). A Gigabit Ethernet network fabric. 6). Population of 42U premium rack(s) including all required power and interconnect fabric(s) cable management and airflow 7). Appropriate high quality power distribution equipment should have a minimum of 10 percent margin when machine is running at 100 percent utilization. 8). Installed and configured software will include queuing system, centralized node-monitoring software, machine imaging and maintenance tools (if a cluster), option for at least one 64-bit compiler (if available for machine's architecture), and at least one MPI implementation. 9). A minimum 3-Year warranty. 10.) Onsite installation 11.) Total pricing requested is FOB Destination (Morgantown WV). DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation ??? Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 334111 ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on August 21, 2007. Quotes may be faxed to Mr. Robert Mohn, at 412-386-5770 or E-mailed Robert.Robert.Mohn@netl.doe.gov. also e-mail quotes to William.Rogers@netl.doe.gov. All technical questions should be directed to the Technical Representatives Mr. William Rogers at 304-285-4272.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/9E6DBD7AAAC89A74852573300063412E?OpenDocument)
 
Record
SN01364170-W 20070809/070807220427 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.