Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOLICITATION NOTICE

70 -- computer cluster nodes and supplementary computer hardware

Notice Date
1/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
19111
 
Solicitation Number
N0018919QZ048
 
Response Due
1/25/2019
 
Archive Date
1/26/2019
 
Point of Contact
215-697-9699
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Subpart 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The request for quotation (RFQ) number is N0018919QZ048. The proposed contract action is for commercial SUPPLIES. The NAICS code is 334111 and the Small Business Standard is 1250 employees. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 20181221. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Philadelphia Office intends to solicit Penguin Computing, Inc. (CAGE: 1M1T4) and those authorized as resellers of Penguin products on a brand name sole source basis. The proposed acquisition is for Computer Clusters and associated products and services. This action will result in a Firm Fixed Price contract. This acquisition has been 100% set aside for small business concerns, inclusive of Penguin Computing, Inc. and its authorized resellers. The proposed contract action is for a brand name only. The brand name product(s) are listed in the attached document. In accordance with FAR 5.102(a)(6), the required justification is attached. The proposed contract action is for SUPPLIES for which the Government intends to solicit and negotiate with sources authorized to sell Penguin Computing, Inc. supplies under the authority of FAR Part 13. Delivery information: F.O.B Destination: Address: U.S. Naval Academy, 290 Buchanan Road, Room G18, Annapolis, MD 21402 Delivery POC: Bonnie Lucas 410-293-6808 lucas@usna.edu Alternative POC: Tom Gentile 410-293-0029 tgentile@usna.edu The contractor shall provide a delivery lead time within its quote for both products and services. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Requirements Statement is as follows: STATEMENT OF WORK The contractor shall provide to the Government products meeting the specifications detailed within this Statement of Work (SOW). The purpose of this contract is to procure various computer cluster nodes and supplementary computer hardware for U.S. Naval Academy (USNA). USNA requires various computer cluster nodes which consists of 6 compute nodes, 2 high memory nodes, and 1 GPU node. The delivery location is USNA ™s site in Annapolis, MD. See the delivery details contained elsewhere in this document. The anticipated delivery date is 15 April 2019; a firm delivery date will be established in the contract. The following specifications are application to this requirement. Item Number Supplies/Services Quantity 0001 Computational Nodes - 6 RELION X01132g Server - Compute Nodes - 192 GB; 2 Relion XO2132g - High Mem compute nodes - 768 GB; 1 Relion X1904T - GPU compute node (4x Tesla V100--32GN-SXM2; 1 Lot 0002 Rack Infrastructure - accessories for upgrade 1 Lot 0003 Infiniband Fabric Switch, Mellanox SB7800, 36x QSFP28 / EDR, 2x PSU, F2B Airflow, w/ rails, managed 1 -Additional L1 IB Switch for Non-Blocking Fabric Support, Mellanox SB7800 Series, Technical Support and Warranty, Gold, 3 Year 1 Switch, Mellanox SB7890, 36x QSFP28 / EDR, 2x PSU, F2B Airflow, w/ rails, unmanaged 3 -Additional L2 IB Switches for Non-Blocking Fabric Support, Mellanox SB7890 Series, Technical Support and Warranty, Gold, 3 Year 3 Cable, InfiniBand VPI EDR, QSFP28/QSFP28, Passive Copper, 1m, Mellanox 43 Cable, InfiniBand VPI EDR, QSFP28/QSFP28, Passive Copper, 1m, Mellanox 6 -ISLs Cable, InfiniBand VPI EDR, QSFP28/QSFP28, Passive Copper, 2m, Mellanox 14 -ISLs 1 Lot 0004 Ethernet Network Arctica 4804ip - GigE Switch Penguin Arctica 4804ip: Management Switch with 4x SFP+/10Gb + 48x RJ45/1Gb ports Chassis: 1x 12V DC Power Supply, Faceplate to PSU Airflow, For Open Compute Racks Power Cord for OCP bus bars Service, Warranty, Standard, 5 Year Service, On-Site, US, 5 Yr, NBD SW, Cumulus Rack Management Platform, for Arctica 4804ip, 6Yr Support Individually packaged 1 Cable, Ethernet 1/10Gb, CAT6a, RJ45 / RJ45, 2m, Yellow 2 Cable, Ethernet 1/10Gb, CAT6a, RJ45 / RJ45, 1m, Yellow 7 Cable, Ethernet 1Gb, CAT6, 2m, Red 7 Cable, Ethernet 1Gb, CAT6, 1m, Red 4 1 Lot 0005 Cluster Management Suite 1 Scyld Support Extension, ClusterWare HPC (License) 9 x Additional Scyld CW Compute Node Licenses 2-Socket, EDU 1 Scyld Support Extension, ClusterWare HPC (Support) 9 x Compute Node Support 2-Socket - 36 mos. 1 Software, Compiler, Lic, Linux Academic, Parallel Studio XE Cluster, 2 Float, 3Yr Spt 1 Support Renewal, Compiler, Lic, Linux Academic, Parallel Studio XE Cluster, 2 Float, 1Yr Spt Pre-Expiry (MPN: PCL999LFAM02ZZZ) 2 1 Lot 0006 Professional Services and Training Professional Service, Per Node Integration, IB and GigE (On-Site Int.) 9 Professional Service, Per Node Integration, IPMI, (On-Site Int.) 9 Professional Service, On-site Cluster Installation/Configuration/Expansion, 1-32 nodes - InfiniBand/OPA (T and E charged separately) 1 Professional Service, Travel and Expenses - Up to two days of on-site service 1 Professional Service, Travel and Expenses - Each additional day of on-site service 1 Managed Service Contract Expansion - SLURM Support SLURM Support coverage under Managed Services Contract, 1 Year 1 1 Lot Moreover, the above described products shall conform to the following specifications: (a) Must be a turn-key with our current cluster with single point management and provisioning. (b) Nodes must be remotely provisioned from single (or duel in case of a split configuration like ours) head nodes. Compute nodes must be able to dynamically join and drop from the cluster seamlessly by receiving only the required components of the operating system during the boot process. No component of the operating system will reside on disks local to the compute nodes. This is necessary to minimize the maintenance and administrative workload on the small staff, allow the system to be easily scaled in the future, and to allow dynamic allocation of computing resources. Jobs must be able to utilize resources (CPU, memory, and storage) from any node in the system and be able to migrate across nodes as resources appear and disappear. (c) Must have integrated IPMI functionality for remote low-level management. This functionality must include access to the system serial port over the IPMI LAN interface so as to allow remote BIOS manipulation and remote low-level monitoring of a running system. This requirement is due to the limited restricted access of the existing data center and limited size and time of the administrative faculty and staff. (d) Must conform to Open Compute Project (OCP) standards to ensure future scalability and efficiency. See https://www.opencompute.org/ for further information. (e) Must function in a hot aisle/cold aisle data center configuration to meet requirements of existing data center. (f) Power must be DC to be positioned in existing space in the data center. DC power is more efficient and is the direction in which HPC solutions are evolving. All nodes and storage units are powered from the DC bus bars. No nodes will have integrated power supplies to reduce energy consumption and heat output so as to stay within capabilities of existing data center. Furthermore, all rack power must come in from the top of the rack as space is limited below the sub-floor of the data center and existing power comes down from above. (g) Must allow all compute and storage node maintenance to be performed from the front side of the rack on the cold aisle side (away from the DC bus bars). This requirement includes all components and wiring. (h) Must allow for both Ethernet and InfiniBand back bone network with no less than 100GB throughput on the backbone.1 managed and 4 unmanaged switches on the backbone. Ethernet side should have no less than 3 switches each allowing for 10GbE. (i) All items must be fully compatible with our current cluster which consists of a Penguin Tundra. Note: The prices quoted for this contract shall include the prices of the products/services requested as well as all ancillary costs associated with fulfilling the Government ™s requirements (e.g., shipping, handling, etc.). These ancillary costs are to be included in the total line item price for CLIN 0001. Government Points of Contact: The following technical points of contact from USNA are provided for this contract. - Technical: Bonnie Lucas 410-293-6808 lucas@usna.edu - Financial: Amy Russell 410-293-1414 arussell@usna.edu Clauses and Provisions Please see the attachment to this notice for a full list of FAR, DFARS, and other clauses and provisions incorporated in this solicitation and applicable to the resultant contract. The following provision and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors “ Commercial, applies to this acquisition. - 52.212-4, Contract Terms and Conditions -- Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items Offerors are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications “ Commercial Items. Quotes will be evaluated on a low price technically acceptable (LPTA) basis. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of factors - a combination of price and technical acceptability. Moreover, DFARS 252.213-7000 applies. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information, see http://www.section508.gov. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All responsible sources may submit a quote; however, only supplies and services meeting the USNA ™s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. This solicitation will be open from 10 January 2019 until Close of Business 25 January 2019. All quotes and relevant materials shall be submitted via email to Jacob Gephart who can be reached at 215-697-9699 or Jacob.gephart@navy.mil. See the attached documentation for further information regarding this notice. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919QZ048/listing.html)
 
Place of Performance
Address: USNA, 290 Buchanan Road, Room G18, , Annapolis, MD
Zip Code: 21402
Country: US
 
Record
SN05192089-F 20190112/190110230043 (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.