SOURCES SOUGHT
70 -- High performance scientific & engineering compute cluster
- Notice Date
- 6/25/2014
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-X-2564
- Response Due
- 7/11/2014
- Archive Date
- 8/24/2014
- Point of Contact
- Lauren McDermott, 5182665089
- E-Mail Address
-
ACC - New Jersey
(lauren.a.mcdermott.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Center-New Jersey, Emerging Technologies (ACC-NJ-ET) on behalf of Armament Research, Development, and Engineering Center (ARDEC) of Benet Laboratories, Watervliet Arsenal, NY, is conducting sources sought to identify potential sources to provide supplies for high performance scientific & engineering compute cluster. The requirement is for a high performance compute server capable of solving a mix of large scale structural mechanical, computational fluid dynamic, physical and chemical modeling and simulation problems. The system is required to execute existing modeling and simulation software currently in use at Benet Laboratories to include primarily (but not exclusively) Abaqus Standard and Explicit; Star-CCM+; Matlab; LMS Virtual.Lab; ALE3D; and In-house developed Fortran, C, and C++ software to perform various blast dynamics solutions. The primary purpose of the system is to simultaneously solve approximately six 1-32 processor Abaqus Standard jobs with typical sizes ranging up to several hundred thousand nodes. In conjunction with these Abaqus Standard jobs, the system will be used interactively in support of the remaining applications listed above. Balanced Scientific & Engineering computing systems are considered to be those with the appropriate combinations of processors, memory, I/O, internal and networking communication, direct-attached storage and uninterruptible power supplies that fully satisfy both system and user needs - all permitting the system to sustain processing operations at high levels of system utilization for the Benet workload as characterized above. For each feature listed in the response to the Sources Sought, provide the following information: An overview of the system configurations included in that line item, including at least the number of processors, memory configuration, disk configuration, network interfaces, and any major vendor and third-party software provided with the system. For each system proposed as part of your response, provide the following information only once, even though a system may be present in multiple options: Complete Bill of Material (BOM) for the proposed configuration including all support equipment and software. System facility requirements. Configuration drawings. Should any items required for a fully functional system not be included in the BOM for a system, such items will be included in the final system configuration at no additional cost to the Government. Effectiveness Level Testing and Capability Testing completion are the responsibility of the offeror (with Government oversight). The requirements for the ELT and CT are described in Attachment 2. A Capability Test Plan must be provided to the Government subsequent to receipt of an order as described in Attachment 2. This announcement constitutes an official Request for Information (RFI). Any information or brochures submitted will be used for planning purposes only and shall not be considered as a Request for Proposal or as an obligation on the part of the Government to purchase a technology. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract (see FAR 15.201(e)). No funds have been authorized, appropriated, or received for this effort. Responses: Interested organizations should submit a company brochure or a tailored capability statement for these requirements that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Response should identify their current business structures: (a) Name of Company-including contact person's name, company address, telephone numbers (voice and Fax), email address. (b) Company size (i.e. Large, Foreign, Small, Small Disadvantaged, 8(a), Women-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service Disable Small Business). Identify current products that are available commercially or can be modified to meet the requirements above. Responses will be reviewed by the US Army ARDEC Benet Laboratories personnel only and will be held in a confidential manner. Submitted documentation will not be returned. Any and all information provided shall include a description of the proposed technology specifics including technology capabilities and relevant applications. Submission Information: Responses to the RFI must be received no later than COB 1600 EST on 11 July 2014 via email. Interested firms should provide their address, point-of-contact with telephone number and e-mail address. The Point of Contact for this action is Lauren McDermott, Contract Specialist, U.S. Army Contracting Command-New Jersey, ACC-NJ-ET, Bldg. 40 Watervliet Arsenal, NY 12189; email: lauren.a.mcdermott.civ@mail.mil NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to Lauren McDermott at lauren.a.mcdermott.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07d71291521a8390785979a962a17bcb)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03405901-W 20140627/140625235016-07d71291521a8390785979a962a17bcb (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 |