Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
MODIFICATION

70 -- High Performance Compute Cluster (HPC) System

Notice Date
5/26/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0199
 
Response Due
6/1/2010
 
Archive Date
5/26/2011
 
Point of Contact
VERITA FRIESNER CONTRACTING SPECIALIST 9162789328 vfriesner@usgs.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This modification corrects the original announcement, changing it from a Pre-Solicitation announcement to a Combined Synopsis-Solicitation announcement. Notice of Intent to solicit Limited Sources. This is a Combined Synopsis-Solicitation for High Performance Compute Cluster (HPC) System. This combined synopsis and solicitation for commercial items is 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; quotes are being requested and A SEPERATE SOLICITATION WILL NOT BE ISSUED. The U.S. Geological Survey, California Water Science Center (CAWSC) San Diego Projects Office, has a requirement for limited competition to purchase one (1) commercial brand name High Performance Compute Cluster (HPC) system to perform large scale numeric calculations commonly used in computer modeling and one that is fully compatible with NASA's Climate in a Box initiative. The system is to be provided as a turn-key solution incorporating all hardware and software and is to be utilized by NASA as a joint venture between the CAWSC and NASA. USGS is required to follow NASAs recommendations for specific hardware. The two (2) NASA Brand Name sources for this HPC system are as follows: SGI Octane III, MFG: Silicon Graphics Federal, Inc., 12200 Plum Orchard Dr. Ste G, Silver Spring, MD CX-1, MFG: Cray Inc., 901 5th Ave, Ste 1000, Seattle, WA SALIENT CHARACTERISTICS: This system will be 100% compatible with NASA's Climate in a Box initiative, will be able to run all NASA models pertaining to the Climate in a Box initiative and will have Double Precision Floating Point Calculation capability on the head node and all processing nodes. System must use central processing units (CPUs). The Head Node and all processing nodes will be contained within a single enclosure that is no larger than 30"x15"x30"All Nodes are to be interconnected via Infiniband technology. Each Node will contain 96GB DDR3 1333MHz RAM or betterEach node will contain 2 quad core Xeon processors at 2.26 Ghz/8M/5.85GT/s 60W or better Each Node will contain 1 300GB SATA 10k RPM driveAll Nodes will have GBE Ethernet connectionsThe system will have 1 head node and 8 processing nodesThe system will contain an infiniband switch capable of interconnecting all nodesThe Head Node will contain a Video Card with at least 192 GPU cores. All nodes will have Windows HPC Server 2008 installed The Cluster will have a full three year extended warranty, on-site service 5x9 planThe system will have a 16 port GBE Ethernet switchThe Head Node and all processing nodes will operate at 2000W or less.The vendor will provide full installation services, hardware and software integration and basic system configuration. Delivery Date: 30 days ARO. FOB Destination Deliver to Address: U.S. Geological Survey, 4165 Spruance Road, Suite 200, San Diego, CA 92101, Attention: Randy Hanson. This solicitation document contains incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-40, dated April 25, 2010. The solicitation number for this procurement is 10WRQQ0199 and is issued as a request for quote (RFQ). This request is issued as an unrestricted procurement. The North American Industry Classification System (NAICS) code is 334111 with an applicable size standard of 1000 employees. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. EVALUATION/AWARD: The Government will award a purchase order to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation criteria are as follows Lowest Price Technically Acceptable. Other interested concerns having the ability to furnish other than brand name equipment may submit a capabilities statement to the Contract Specialist no later than the closing date of this announcement. All submissions will be evaluated to determine if competitive opportunities exist. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers MAY NOT be considered. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. This request for quote incorporates, by reference FAR 52.204-07, 52.212-1, 52.212-2, 52.212-4, 52.212-3, 52.212-5 are attached.Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-06, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Representation (April 2009) (15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); FAR 52.222-21 Prohibition Against Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons. 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds Transfer; RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT:US GEOLOGICAL SURVEY, BRANCH OF ACQUSITIONS AND GRANTS, 3020 STATE UNIVERSITY DR EAST, STE 2002, SACRAMENTO, CA 95819 All quotes shall arrive to the attention of Verita Friesner via email at vfriesner@usgs.gov NO LATER THAN 4:00 P.M. P.D.T. on 01 June 2010. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0199/listing.html)
 
Record
SN02160379-W 20100528/100526234640-4f7e6e8eb7de412f5ccb3a9487922d4c (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.