Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
MODIFICATION

D -- High Performance Computing Support Services - Cabilities Questionnaire

Notice Date
5/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-16-F-HPCRFI
 
Archive Date
5/28/2016
 
Point of Contact
Kimberly Wheeler, Phone: 256-895-1509
 
E-Mail Address
kimberly.wheeler@usace.army.mil
(kimberly.wheeler@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Capabilities Questionnaire - REVISED The United States Army Engineering and Support Center, Huntsville (CEHNC), 4820 University Square, Huntsville Al 35816-1822 is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS STRICTLY A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. INTRODUCTION The CEHNC, in support of the High Performance Computing Modernization Program (HPCMP), is seeking responses from commercial vendors or integrators that will provide management and technical support necessary to advance HPC services, capabilities, infrastructure and technologies for the United States Department of Defense (DoD). The scope of this effort includes the development of new techniques, analytical methods, and computational approaches to solve particular HPC problems, or to generally advance the state of the art in HPC effectiveness and efficiency. To accomplish the HPCMP mission, the program operates five DoD Supercomputing Resource Centers (DSRCs) comprised of large-scale supercomputers and associated HPC support infrastructures such as Local Area Networks (LANs)/Wide Area Networks (WANs) and develops HPC productivity software applications and support environments. These five DSRCs provide a HPC computational environment and include a full range of resources such as hardware, software, networking, data storage, archiving and visualization. HPCMP must continue support services for the DSRCs to prevent mission failure and intends to solicit and negotiate the current HPC Support Services requirement for a period of 5-months with one 1-month option, beginning 20 June 2016, as unrestricted full and open, with only one source under the authority of FAR 6.302-1. 2. SCOPE/PURPOSE This RFI is for the purpose notifying industry of our intent to enter into a sole source task order with Lockheed Martin under GSA Alliant GWAC (LMIS) under General Services Administration (GSA) Alliant Government Wide Acquisition Contract (GWAC) for HPC Support Services, as detailed in the DRAFT Performance Work Station (PWS) (Attachment 1), and verify that we have considered the industry's capabilities to meet those requirements before entering into such an agreement. The anticipated sole source acquisition is short in duration and is only intended to ensure continuity of services while a competitive acquisition is finalized. Moreover, this RFI is intended to seek information for the purposes of identifying sources that may possess the expertise, capabilities, and experience necessary to meet the HPC Support Services. This RFI does not constitute a solicitation, Request for Proposal (RFP), or a commitment, implied or otherwise, that a contract will be issued. All information received will be considered by the government for future acquisitions of this nature. A determination by the Government not to compete future requirements for these services based upon responses to this RFI is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Vendors may express their interest in providing HPC Support Services by completing the information/questions in Attachment 2 in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government will use this information to the level of subcontracting opportunities that may exist for small business concerns. ADDED FOLLOWING TEXT If the determination is made that there are enough qualified and/or interested firms to allow for competition, the prime contractor would be required to have an adequate accounting system as determined by the Defense Contract Management Agency (DCMA). This RFI announcement is unrestricted to allow small and large businesses to respond. The Government is seeking to identify qualified sources either singularly, or as part of an assembled team under North American Industry Classification System (NAICS) 541513, Computer Facilities Management Services. The purpose of this RFI is to conduct market research which will be used to validate the Government's intent to sole source or determine additional capabilities exist in the vendor community to supply HPC Support Services. Estimated RFP opening date for future requirements of this nature are undetermined at this time. The Government will not pay for information received in response to the RFI. 3. INDUSTRY QUESTIONS/SUBMISSIONS CEHNC is accepting questions regarding this RFI but WILL NOT be providing responses. The questions will be used to develop more information and receive input from industry regarding capabilities. If a formal RFP is issued as a result of this notice, questions and answers will be allowed at that time. 4. RESPONSE INSTRUCTIONS Interested companies shall complete the Capabilities Questionnaire, Attachment 2. Responses should demonstrate capability to meet the requirements outlined, not merely affirm the respondent's capability (e.g. the response must go beyond the statement that "XYZ company can provide XYZ services") Submissions cannot exceed 10 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size, including all appendices, attachments and title pages. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Oral communications are not permissible. The Government does not intend to rank submittals or provide any reply to interested firms. Responses should include the vendor's (1) responses to the capabilities questionnaire (2) responses to the experience listing; (3) business name and address to include any partners; (4) name of company representative and their business title; (5) contract vehicles available to the Government for the procurement of the product and service, to include General Service Administration (GSA) Federal Supply Schedules (FSS), or any other Government Agency contract vehicle; and (6) business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541511, Custom Computer Programming Services. Limit the technical responses to the central theme of the requirement requested. 5. POINT OF CONTACT Companies who wish to respond to this RFI should send responses via email no later than 5:00 pm CST, Friday May 13, 2016 to Kimberly Wheeler at kimberly.wheeler@usace.army.mil. 6. ATTACHMENTS Attachment 1: DRAFT Performance Work Statement (PWS) Attachment 2: Capabilities Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-F-HPCRFI/listing.html)
 
Record
SN04103085-W 20160505/160503234411-fe676064e4e3b6d3de040fe59505c6d6 (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.