Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2015 FBO #5089
SOURCES SOUGHT

58 -- 4 Each Matrox PCIe systems on 64-bit HP Z840/Z860 Workstations

Notice Date
10/28/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-16-T-0001
 
Response Due
11/10/2015
 
Archive Date
12/27/2015
 
Point of Contact
Larry Ruggles, 435-831-2103
 
E-Mail Address
MICC - Dugway Proving Ground
(larry.w.ruggles@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources that can provide four (4) each complete HP Z840/Z860 64-bit Workstations Interfaced with Matrox MXO2LEMAX PCIe systems Complete. Hardware - Software components and integration processes. (1) 4 Each Matrox PCIe systems on 64-bit HP Z840/Z860 Workstations - Dual Intel 2.60 GHz i7 E5-2670 v2.2 Xeon CPUs with 20 MB cache/1866 MHz/16vC - 1125W 90% Efficient Chassis, HP 2x High Perf Air Cooled Thermal Heatsink - Microsoft Windows 7 Professional (64-bit) Note: Will be replaced with Army AGM Gold on Site - 64 GB System RAM (8 x 8 GB modules - expandable to 512 GB) - Dual Gigabit Ethernet - 512 GB SATA Solid State system drive in CRU Dataport 10 removable drive fixture - 2 x 512 GB SATA Solid State Media drives - Blu-ray/CD-RW/DVD +/- R/RW drive - Front Panel System Connections: - 1 Audio Out, 1 Microphone In, 1 IEEE 1394a - Rear Panel System Connections: - 1 Serial, 1 IEEE 1394a, 2 PS/2 - 2 RJ-45 (NIC), 1 Audio In, 1 Audio Out, 1 Microphone In - Add-in card: 1 IEEE 1394b - 1 Dual Channel E-Sata port assembly - 3 year parts & labor onsite (next business day) Hewlett Packard system warranty. (2) 4 Each Video components - Matrox MXO2LEMAX and v7.x software - Full-resolution, mixed-format, multi-layer real-time editing of HD and SD video, graphics, and effects - Real-time native editing of Panasonic P2 and P2 HD and Sony XDCAM, XDCAM HD, and XDCAM HD422 clips (MXF files) - Real-time native editing of Sony XDCAM EX clips (MP4 files) - Extensive native codec support in HD and SD - uncompressed 8- and 10-bit, MPEG-2 I-frame, DVCPRO HD, MPEG HD, MPEG HD422, HDV, IMX, DVCPRO50, DV, DVCPRO, DVCAM - Real-time playback of 32-bit compressed and uncompressed AVI with alpha - 24 fps editing in HD and SD with pull down, reverse pull down, and Panasonic VariCam support - Real-time high-quality downscaling from HD to SD - WYSIWYG video output for Adobe After Effects, and Photoshop, Native MXF and HDV AVI file support in Video for Windows applications such as Adobe After Effects via Matrox EZ-MXF and EZ-HDV utilities - HDMI, composite, Y/C, HD/SD analog component, and HD/SD SDI input and output - Simultaneous HD and SD output - RS-422 Machine Control for frame accurate capture and print to tape MAX technology for accelerated H.264 HD file creation (3) 4 each Graphics Processing Unit - Nvidia Quadro K4200 - 4 GB GPU card 1344 CUDA Cores - 2,072 Gigaflops floating point - 4 GB DDR5 Frame buffer. - 256 bit memory interface - 173 GB/sec - 1 Dual Link DVI and 2 - Display Port Outputs - 3840 x 2160 Max Display Resolution - Shader Model 5.0, OpenGL 4.5, DirectX 11.2 - CUDA architecture for Adobe CS6 - Energy Star Enabled (4) 8 each Monitors - HP ZR24i -LED quote mark High Def (1080p) LCD Display Port monitors: - 3,000:1 DCR 178/178 viewing angles - 5ms video response time - Fast 5ms video response enables digital HD broadcast-quality video. - Wide aspect Active Matrix TFT backlit panel 24 quote mark Full HD (1920 x 1200 native resolution) - Multi-mode input technology supports both digital (DVI and DP) and analog (VGA) signals for ultimate compatibility and configuration flexibility. - Three-year limited warranty on parts, labor and backlight. (5) Other: Integration On-Site Labor (6) Configuration and Integration of Hardware and Software - Contractor shall integrate all hardware and Software together at their facility to test integration and again at our test facility on site to validate the integration of hardware and software. All four systems shall be left in a turn-key operation upon contractor departure and all systems operate in a standalone environment. Note: Integration onto the TMSS network shall be performed by the Government SME on site. No contractor shall access to the TMSS network configuration. - The Contractor have obtained and be a Certified Matrox System Builder and Installer (MCBI). The contractor must prove they have obtained these credentials upon contract award. The purpose is to minimize government time elements in the operation and systems integration for each system being integrated into image data analysis operations using the standards and equipment protocols and processes built into the Matrox and HP systems, proven compatibility to add these systems to the TMSS network and to guarantee systems compatibility to operate with existing image data analysis systems also designed and built by Matrox Certified Builders and installers, This will provide for a detailed integration process and following of a white paper process used to validate each system upon integration with existing Photonics and Image analysis processes. The practices followed by the MCBI will provide for design and integration for our existing configurations and augment our validation processes. - Contractor shall integrate all hardware with customer's license of Adobe Master Collection Adobe 2015 CC software onto each system. Note: This software will be provided by the Government and shall be installed by the government IT support team at DPG on each machine on site at DPG after the hardware integration process has been completed. - Contractor shall insure all system hardware will be fully integrated together at their own facility of choice using Windows Professional 7 software before delivery. Note: The windows 7 Pro software shall be uninstalled at the customer site and replaced with approved Windows 7 Army Gold Master (AGM) software. The AGM software shall be installed by the government on each system. The contractor installs Windows 7 pro on each system to validate hardware configuration. - Contractor shall the government IT personnel on site to provide full integration support of hardware and software drivers and matrox utilities after systems have been upgraded with Army AGM Gold Windows 7 Operating System. Contractor shall work with SME on site to fully integrate these systems before acceptance. - Technical specifications for all bids submitted shall be reviewed by the end user SME for acceptance. The requiring activity for this procurement is the, Test Design Analysis Branch Data Sciences at U.S. Army, at Dugway Proving Ground, UT. A determination on the contract type, mechanism for procuring this supply, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512 and the size standard is $25,500,000. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts; (7) if available, please also provide copy of your published pricelist. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of quotes submitted in response to any resulting future formal Request for Quote. Interested parties should provide a statement of interest on company letterhead (not to exceed 10 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CHD-DG (Larry Ruggles, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for quotes nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), November 09, 2015 via email (larry.w.ruggles.civ@mail.mil), or facsimile (435-831-2103). The point of contact concerning this sources sought action is Mr. Larry W Ruggles, Contract Specialist at (435) 831-2103, or email larry.w.ruggles.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c9d1095a0ffb73222da956ec0ace556)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03931993-W 20151030/151028234134-5c9d1095a0ffb73222da956ec0ace556 (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.