Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2021 SAM #7180
SOLICITATION NOTICE

70 -- Procurement of a high-performance custom-built server

Notice Date
7/27/2021 5:33:25 AM
 
Notice Type
Presolicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-21-211
 
Response Due
8/2/2021 6:00:00 AM
 
Archive Date
08/17/2021
 
Point of Contact
Amber Harris, Fax: 3014803278
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION�WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 7/24/2021 (3)�� �Year: 2021 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 7B22 - IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of a high-performance custom-built server (8)�� �Proposed Solicitation Number: NICHD-21-211 (9)�� �Closing Response Date: 8/2/2021 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (i)�� ��This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-21-211 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular �2021-06 Effective July 12, 2021. (iv)�� �The associated NAICS code is 334118, COMPUTER TERMINAL AND OTHER COMPUTER PERIPHERAL EQUIPMENT MANUFACTURING, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Procurement of a high-performance custom-built server �� ��� � 2.0�� �BACKGROUND Several structural labs in the Laboratory of Molecular Biology, NIDDK perform structural studies of proteins and protein-ligand complexes. Cryo-electron microscopy is one of the techniques for solving three-dimensional protein structures at atomic resolution. Similar to X-ray crystallography, cryo-EM work needs specialized software that runs on servers and graphics workstations. However, due to the massive size of the cryo-EM datasets, the data processing requires more hardware resources. This includes large numbers of CPU cores, larger amounts of memory and very large storage units. Therefore, until recently, most of the cryo-EM work was done on massive server clusters.� Due to recent advances in cryo-EM software development, some computationally expensive routines were optimized to run in parallel on the stream-processors (CUDA-cores) of relatively inexpensive video cards (GPUs). The speed-up for these routines on GPUs was considerable, up to 280-fold faster than running on CPUs. Jobs that ran before on clusters with hundreds of CPUs, now can be run on a single workstation with one or several GPUs. This revolutionary development prompted the acquisition of several specially configured workstations that are used for cryo-EM work. However, data storage is a limiting factor for these GPU workstations, and thus, we need a server with a large amount of storage space and fast network transfer speeds that are also capable to run CPU only jobs. The hardware configuration is specifically optimized for cryo-EM software like CryoSparc, Relion and Eman. These software require several CPU cores, very large amounts of RAM, a very high-speed SSD for data caching and large amounts of storage. The network interface also needs to be high-performance since several terabytes of data need to be routinely transferred in and out of the server. This server will be configured to run specialized cryo-EM software. The large memory is essential for datasets with large particles. For cryo-EM calculations the I/O to the disk is so high that it becomes a bottleneck, therefore high-performance SSD drives need to be used for data caching. Since we have several new datasets, the cryo-EM workflow would slow down considerably without this new server. 3.0�� �OBJECTIVE The objective of this request is to purchase a custom, high-performance server for running specialized cryo-EM software by several groups in the Laboratory of Molecular Biology. The objective of our research is the solution of three-dimensional protein structures at atomic resolution by cryo-electron microscopy. The massive cryo-EM datasets require extensive processing with specialized software that is computationally very expensive. Due to recent advances in the field of cryo-EM, some of the software is optimized to run on multiple GPUs. Very large amounts of raw data need to be stored and pre-processed in place on multiple CPUs or staged to be processed on our GPU workstations. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The server will have two 28-core Intel Xeon Gold 6258R CPUs, 384GB DDR4 ECC RDIMM, 500GB SSD for the operating system, 8TB NVMe SSD for data caching, 432TB hot-swap 12.0Gb/s SAS storage configured in RAID-6 and RAID-1, a RAID SAS 12.0Gb/s controller with 2GB battery-powered cache, dual 10-Gigabit network adapter and a 1200W redundant power supply in a 4-unit rack chassis. This is a custom configuration with components specifically optimized for running our cryo-EM data processing software. Data processing programs Relion and CryoSparc require large numbers of CPU cores for running parallel jobs. Relion also needs large amounts of RAM for these processing jobs, while both programs can speed up their processing by pre-staging their input data on very fast solid-state cache drives. Since all structural labs in LMB collect and process cryo-EM data, there is a continuous influx of terabytes of RAW data per user that needs to be stored and either pre-processed or processed in place. 432TB of raw disk space will provide the data storage in either a RAID or non-RAID format. The RAID format provides redundancy for the stored data and hot-swap drives assure continuous operation in case of a drive failure with no machine downtime. The data is moved through a network interface with dual 10-gigabit ports, reducing the data copy times from the cryo-EM microscope data-collection servers. This server will provide much needed storage and some in-place processing power for cryo-EM datasets for several LMB structural groups, speeding up structural solution for our research. 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: 5.1�� �Task Area 1 � The vendor will initiate the building of the server as soon as the order is placed. After the build, the machine will pass extensive testing and quality control and then it will ship to NIH. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation/upon delivery of service - National Institutes of Health, NIDDK, NIH main campus, in Bethesda, MD 20892. (vi)�� �Period of Performance: � Within 60 Days of Award (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (vii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors, past performance, and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted services meeting the specifications under section 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �FAR - 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020). ii.�� �52.219-28, Post Award Small Business Program Representation iii.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) iv.�� �52.222-21, Prohibition of Segregated Facilities v.�� �52.222-26, Equal Opportunity vi.�� �52.222-36, Equal Opportunity for Workers with Disabilities vii.�� �52.222-50 Combating Trafficking in Persons viii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� ix.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �52.232-39, Unenforceability of Unauthorized Obligations. (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov� (17)�� �Place of Contract Performance:� National Institute of Health, NIDDK 5 Memorial Drive Bethesda, Maryland 20892 (18)�� �Set-aside Status: This requirement is not being set aside for small business. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5f31210d4d54011992c28bb887ca2af/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06075376-F 20210729/210728203733 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.