Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

N -- NIH/NIDA Laboratory Configuration Services

Notice Date
9/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-726
 
Archive Date
10/1/2014
 
Point of Contact
John Flannery, Phone: 301 435 8782
 
E-Mail Address
flanneryje@mail.nih.gov
(flanneryje@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-726 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541519 with a Size Standard of $27.5M. SET-ASIDE STATUS This acquisition is a 100% small business set-aside. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006 - 05-76, dated August 25, 2014. DESCRIPTION OF REQUIREMENT Purpose and Objectives The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. The purpose of this acquisition is to establish a dedicated computational infrastructure at the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) complete with specialized hardware and configurations that will work with this laboratory's software stack at efficient speeds to effectively model the molecular interactions between small molecules and membrane-bound proteins. The hardware will require highly skilled expertise to construct, configure, and support. The NIDA IRP requires contractor support to provide specific expertise in the construction, configuration, and support of high performance computational equipment in life sciences environments. Project Description The Contractor shall provide the following services: 1. Install the computational environment hardware by racking, cabling, installing, and configuring all purchased hardware, including any integration with NIH systems as required. 2. Configure the system for FISMA server certification and security compliance operations in accordance with NIH policies. 3. Provide detailed start-up support for the environment, including software and operational support for two (2) weeks following the initial installation of the systems. 4. Provide limited long-term support of the computational environment for a period of one year. 5. Install and upgrade Linux operating systems when necessary. 6. Establish and tune the local/intra network (within the infrastructure), NFS/GPFS file and backup systems, and security. 7. Compile and tune the necessary programs (for both CPU-only and CPU/GPU versions, when they are available) from the source codes against selected servers for optimal efficiency and parallelization. The programs includes but not limited to: NAMD, Desmond, CHARMM, Amber, Gromacs, R. 8. Establish and tune the job queuing system, such as PBS or SGE, for selected (cluster of) machines. The contractor shall be required to install and appropriately configure the following equipment listed below within the laboratory. NIDA will provide the contractor with cable and accessories associated with the equipment listed below. The contractor shall not be required to acquire any equipment on behalf of the National Institute on Drug Abuse. 1.Mellanox Switch Infiniband SX6036 2.Connectx-3 VPI Adpt MCX354A 3.1M Infiniband FDR Cable (56Gb/s) 4.Silicon Mechanics Storform D59J.v2 5.Colfax CXT9000 4U Rackmount Server 6.Intel Xeon E5-2687WV2 8c/16 (Quantity: 2) 7.PowerEdge R720xd 8.PowerEdge 720 Motherboard 9.Broadcom 57800 2x10Gb DA/SFP + + 2x1 Gb BT Network Daughter Card 10.Chassis with up to 12, 3.5" Hard Drives 11.Dell ML6010 Control Module In addition to these efforts, the contractor shall be required to provide the following support services for NIDA: 1.Track progress, effort, and milestones in a secured extranet project management site accessible by the NIDA IRP staff. 2.Schedule a regular weekly status call with the NIDA IRP to enable open communication and to ensure that appropriate time lines are being met. 3.Travel to Baltimore, MD to work onsite at NIDA to build and configure the initial infrastructure purchases made by NIDA IRP, and to integrate them with existing NIH networks, authentication systems, security policies, and certification procedures. NIDA will reimburse the contractor for these costs. Travel shall not exceed $5,000.00 during the period of performance. 4.Provide full documentation of the newly installed systems and the respective configurations. 5.Provide two (2) weeks of deep remote systems support to ensure that the software installations and system configurations are functioning appropriately. 6.Provide ongoing low-level systems support of the computational infrastructure for a period of one (1) year. The estimated level of effort this support shall not exceed five hours per week. Anticipated Period of Performance The period of performance is twelve months from the date of award. Contract Type The Government intends to issue a firm fixed price contract for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach (50%) The contractor shall demonstrate their understanding of the requirements and tasks detailed in the solicitation in addition to their technical approach to perform the required tasks outlined in the solicitation. Factor 2: Corporate Experience (50%) The Offeror shall identify two (2) contracts completed in the past five years, similar in size and scope to the requirements outlined in the Statement of Work (SOW). The following information must be provided for each contract identified: •Name of contracting organization •Contract number •Contract type •Total contract value •Description of the requirement •Narrative of specific responsibilities of the offeror as they relate to this SOW The Corporate Experience factor will be evaluated based on the degree to which the offeror's: a.Corporate experience reflects/identifies experience on projects that are similar in size, scope, and complexity to the requirements contained in the Statement of Work (SOW). b. Corporate experience reflects current experience and the offeror's roles and responsibilities are similar in size, scope and complexity to the requirements contained in the SOW. c. Corporate Experience reflects the offeror's approach to client support to include quality control, risk management, and maintaining effective lines of communication. QUESTION AND ANSWER PERIOD Interested offerors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, John Flannery, via email at john.flannery@nih.gov no later than Thursday, 09/11/2014 at 4:00PM EST. Late questions will not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and should not exceed 8 pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-726. Responses shall be submitted electronically via email to John Flannery, Contract Specialist, at john.flannery@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-726/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd., Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03503078-W 20140911/140910000849-ac470cff99f29ed62690590d2d9827c4 (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.