SOLICITATION NOTICE
66 -- 4 rack-mountable Intel GPU servers
- Notice Date
- 6/22/2016
- Notice Type
- Presolicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-16-360
- Archive Date
- 7/20/2016
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Colfax International for 4 rack-mountable Intel GPU servers without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334111 with a Size Standard of 1250 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-87 dated March 7, 2016. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106.1.b-1 DESCRIPTION OF REQUIREMENT Purpose and Objectives The Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) is located on the campus of Johns Hopkins Bayview Medical Center (JHBMC) in Baltimore, Maryland. The goal of the Neuroimaging Research Branch (NRB) of the NIDA IRP is to better understand the neurobiological antecedents of illicit drug use and abuse, the neuronal consequences of short and long-term drug use and the potential reversibility of these neuroadaptations. PURPOSE AND OBJECTIVES: Independently and not as an agent of the Government, the Contractor shall furnish all necessary services, qualified personnel, materials, equipment and facilities, not otherwise provided by the Government, as requested in the project requirements section. Project Requirements The National Institute on Drug Abuse (NIDA), Molecular Targets & Medications Discovery Branch/Computational Chemistry and Molecular Biophysics Unit requires 4 rack-mountable Intel GPU servers to run molecular dynamics simulations and structure-based drug design Specifically, NIDA requires the following: Four rack-mountable servers meeting the following specifications (to match currently installed cluster nodes): 1. Must have at least 2 Intel Xeon E5-2698V3 processors 2. Must have at least 128GB of error-correcting (ECC) RAM 3. Must be capable of supporting at least 4 Nvidia Tesla KBO GPU cards 4. Must have at least one Mellanox lnfiniband QSFP port 5. Must have at least two solid state disk (SSD) devices of at least 450 GB cap city each 6. Must be capable of running the Centos 6.7 distribution of Linux 7. Must be capable of being installed into a standard 19 inch computer rack an occupy 3.5 inches or less (2U) of vertical space 8. Must have redundant, hot swappable power supplies that can accept 208V i put electrical service 9. Must draw less than 1750W of power when fully loaded 10. Must support IPMI BMC (baseband management controller) for system monitoring and remote power control 11. Three of the servers must include four Nvidia Tesla KBO GPU cards as delivered, the fourth must have one KBO GPU card 12. Must include 36 months of vendor support, including advance cross-shipped replacement parts as required to maintain the systems in a fully functional state Period of Performance Delivery must occur 60 days from receipt of order. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, the requested items are an expansion of a currently operational cluster at NIDA. Colfax International servers are designed to only draw 1620W, which is compatible with the existing infrastructure in the BRC seer room. Inthe incompatible situation, if one of the redundant power supplies in a server or one of the uninterruptable power supply {UPS) units should fail {from being overloaded or rom hardware malfunction), it would cause a cascade of overload conditions that would cause the other UPS units to shut down, taking most or all of the cluster nodes with them. For the Colfax systems, there is still enough surplus capacity on each UPS to provide the total maximum required power for any system that was receiving power from the failed UPS or power supply. Colfax International are the only source that provides the requested items. Colfax International 750 Palomar Avenue Sunnyvale, CA 94085 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-360/listing.html)
- Place of Performance
- Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN04158855-W 20160624/160622235051-164c8ca6c32b2023b5afcbc53e99618f (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 |