Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

70 -- High Performance Computing Modernization Program Technical Insertion BOA Orders

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
TI17BOASOURCESSOUGHTHNCHPCMP
 
Archive Date
3/28/2017
 
Point of Contact
Christopher Barnett, Phone: 2568951454, Tezra Hamilton, Phone: 256-895-1389
 
E-Mail Address
Christopher.M.Barnett@usace.army.mil, Tezra.J.Hamilton@usace.army.mil
(Christopher.M.Barnett@usace.army.mil, Tezra.J.Hamilton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THE VIRTUAL INDUSTRY DAY HAS BEEN CHANGED TO FEBRUARY 28, 2017 FROM 0900-1200 AT TOM BEVILL CENTER ROOM 27, 550 SPARKMAN DRIVE, HUNTSVILLE AL 35816 SOURCES SOUGHT HPCMP BOA AND TI 17 BOA SYNOPSIS 1. The United States Army Engineering and Support Center in Huntsville (CEHNC), is issuing this sources sought/synopsis in order to perform market research to determine if firms possess the capability to execute the requirements of an anticipated formal solicitation for On Ramp opportunities onto an existing suite of Basic Ordering Agreements (BOAs) for the High Performance Computing Modernization Program (HPCMP), and SYNOPSIS of 2 upcoming solicitations in accordance with FAR 5.203 (d). The existing BOA suite was established in June 2013 with a 5 year life cycle, expiring in June 2018. The BOA solicitation will include a Request for Proposal to become a Basic Ordering Agreement Holder based on technical qualifications, and then successful BOA holders may compete for the individual orders placed using the BOA terms and conditions. The existing CEHNC HPCMP BOAs have a total capacity of $330 Million, with a remaining capacity of $60 Million. This sources sought is not a REQUEST FOR PROPOSALS nor does it restrict the Government as to the ultimate acquisition approach. Therefore, we invite any size business concerns to provide a capability statement in response to this requirement. Additionally, CEHNC requests interested businesses to submit the attached Market Research Survey. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 2. At this time there are 2 anticipated BOA orders to be solicited for Technology Insertions (TI) at separate Department of Defense (DOD) Facilities with-in the Continental Unites States of America, with one at the Air Force Research Laboratory (AFRL) DOD Supercomputing Resource Centers (DSRCs) and a second at the NAVY DSRC. This is a SYNOPSIS of those solicitations. The Government anticipates soliciting 2 separate requirements TI systems. The proposed system must be a balanced, commercially-available, production-grade HPC system that contains an appropriate combination of processor, memory, interconnect, disk input/output (I/O), and operating system (OS) capabilities in order to execute complex, tightly-coupled, large-scale, scientific calculations; more specifically, the system must be able to successfully execute a variety of workloads, including jobs which stress all subsystems and which require the simultaneous, tightly-coupled use of the full number of compute nodes within the system. 3. Scope and Authority. The HPCMP is the world-class provider of high performance computing capabilities for the United States DOD. CEHNC and HPCMP have formally teamed to establish a path forward for future HPCMP requirements. This sources sought announcement seeks to evaluate industry's ability to provide sustainable, state-of-the-art, HPC capability for the DOD research, development, test, and evaluation (RDT&E) community. This is in direct support of the DOD HPCMP's mission - to accelerate the development and transition of advanced defense technologies into superior warfighting capabilities by exploiting and strengthening U.S. leadership in supercomputing, communications, and computational modeling. The HPCMP continues to enhance its ability to support DOD and the warfighter through the acquisition of balanced HPC systems for five (5) DOD Supercomputing Resource Centers (DSRCs) and multiple Dedicated HPC Project Investments (DHPIs). The Government is interested in uncovering industry's ability to deliver balanced, commercially-available, production-grade HPC systems, which contain an appropriate combination of processor, memory, disk I/O, interconnect, and OS capabilities in order to conduct complex, tightly-coupled, large-scale, scientific calculations. Salient system attributes include: • A reasonably high byte to floating point operation (FLOP) count ratio (when comparing peak CPU memory bandwidth to peak CPU floating point capability), • 2GB to 3GB of memory capacity per computational core, • At least 50GB/s, 50GB/s, and 75GB/s of read, write, and full duplex bandwidth (respectively) between the compute and I/O subsystems for every 1,000 computational nodes in the system, • At least 20GB per core, 20GB per core, and 0.5GB per core of formatted usable disk storage for /work1, /work2, and /home (respectively), • A tightly integrated interconnect with o Each link having at least 40Gb/s of network bandwidth o An end-to-end latency that is less than 5µs (five microseconds), • A well-tuned OS with low jitter. If you are interested in this acquisition, please complete the market research survey attached to this sources sought announcement to facilitate the Government's formulation of an overall acquisition strategy. 4. The most applicable North American Industrial Classification System Code (NAICS) is 334111, Electronic Computer Manufacturing. The small business size standard is 1,000 employees. 5. Responses (Completed Market Research Survey) must be submitted electronically to: Christopher.M.Barnett@usace.army.mil. All responses shall be received by 12:00 Noon central time on 13 March 2017. Responses shall be no more than 15 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent). Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to the Contract Specialist, Christopher Barnett at the email address noted above. 6. Registration as an interested vendor for the subject notice does not in any way exempt your firm from submitting the required capability questionnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with the posted announcement. Your response to this announcement is not a request to be considered for a contract award. This is not a request for proposal and does not obligate the government to award any contract. The Government does not intend to rank submittals or provide any reply to interested firms. 7. Industry Day - Huntsville Center Corp of Engineers will be hosting an Industry Day to present this requirement for interested vendors. A virtual Industry Day will tentatively be held on 28 February 2017 at 0900-1200 at the following location: Tom Bevill Center Room 27, 550 Sparkman Drive Huntsville, AL 35816. If you are interested in attending this Industry Day, please reply to Christopher.M.Barnett@usace.army.mil to reserve your space. Please provide the names (and the name of the company they are representing) to Christopher Barnett. Upon RSVP of each company & stakeholder, Huntsville Center will distribute VTC and dial in information as applicable. The Government will not reimburse any cost associated with attending this Industry Day.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/TI17BOASOURCESSOUGHTHNCHPCMP /listing.html)
 
Place of Performance
Address: PO Box 1600, Huntsville, Alabama, 35807-4301, United States
Zip Code: 35807-4301
 
Record
SN04405023-W 20170218/170216234416-5c6fc9184a7972603ee671adcfa1c735 (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  © 1994-2020, Loren Data Corp.