Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2022 SAM #7548
SOLICITATION NOTICE

70 -- 1U dual EPYC 7763 AMD servers

Notice Date
7/29/2022 10:08:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-22-215
 
Response Due
8/8/2022 8:00:00 AM
 
Archive Date
08/09/2022
 
Point of Contact
GRIFFIN, VERNE L, Phone: 3015947730
 
E-Mail Address
verne.griffin@nih.gov
(verne.griffin@nih.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation number is NICHD-22-208 and is issued as a Request for Quotation (RFQ).� The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-06.� The North American Industry Classification (NAICS) Code is 541519 and the business size standard is 150 employees.� This solicitation is not set aside for small business.� This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.� Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) , in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), has a requirement for a contractor to provide Four 1U dual EPYC 7763 AMD servers.� The instrument shall have the following features: ������������� 1U enclosure ������������� dual (2) AMD Epyc 7763 CPUs ������������� 2TB RAM ������������� 1TB SSD Hard disk ������������� 1 gigabit ethernet adapter ������������� Five year warranty ������������� rails for rack mounting. ������������� Pre-installed Alma Linux or Rocky Linux DELIVERY / INSTALLATION Delivery shall be determined between the vendor and the NICE Technical Director and will be coordinated with renovation completion of the microscope space in building 33, estimated to be summer of 2021. All shipping/handling (including FOB) and delivery/installation fees, parts and labor, shall be included. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time. Installation shall be completed within 30 business days after delivery. Onsite installation shall be provided during standard business hours (defined as 8:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays). Installation shall be performed by an OEM-trained and certified engineer/representative. During installation, the Contractor shall assemble the microscope, including high tension tank, field emission gun, electronic components, optical lens control rack, TEM server, water chiller, uninterrupted power system, digital camera, and the control computers. After the microscope is fully assembled, the Contractor shall configure the computer, TEM server network, installing new software, and perform a full microscope and camera alignment and calibration. A satisfactory acceptance test (SAT) shall be performed to ensure the product is within specification before signing off. The full installation shall be completed within 20 business days. These servers will each be configured with 2 TB memory and a 1 TB drive, such that they are customized for our mix of applications. Xplor-NIH calculations require increasing memory sizes as the size of the protein systems increases. We have found that hyper-threading technology present in the EPYC architecture can be used quite efficiently by Xplor-NIH, such that application throughput increases by almost a factor of two (linearly) when it is enabled. Thus, these servers will together effectively have 1024 cores for Xplor-NIH calculations, and the memory size chosen allows 8 GB/per structure for ensemble member calculations, a size which will allow for full CPU utilization of each node for protein sizes proposed in the near future. This acquisition will allow development of software for determination of biomolecular structures involved in human diseases such as HIV/AIDS, and cancer. The choice of hardware represents the current state of off-the-shelf technology providing the optimal price/performance currently available. The Contractor shall deliver and install the equipment at the following address: Delivery and Installation Address: National Institutes of Health Building and Room: TBD Bethesda MD, 20892 Task Area 1 � Delivery: The timeframe for delivery is 10 weeks ARO. Inside delivery is not required � inspection will be performed at the time of delivery and any missing or defective items will be addressed by the project manager within 5 business days of delivery. Task Area 2 � Shipping: The Contractor will ship the servers to Building 5, Rm. 139, 9000 Rockville Pike, Bethesda, MD 20892.� The items will be shipped FOB destination.� Task Area 3 -Software, warranty, maintenance: Alma Linux or Rocky Linux pre-installed. Five-year warranty included. The Government intends to make an award to the vendor/offeror whose quote/proposal provides the best overall value to the Government. The Government reserves the right to make an award without discussions. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer.� The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items -Evaluation Procedures: Offeror should be aware that the Government shall perform a �best value analysis� and the selection for award shall be made to the Offeror whose proposal is most advantageous to the Government, taking into consideration the technical factors listed above and the total proposed price. FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition.� The offeror must include their Unique Entity ID: (UEI), the Taxpayer Identification Number (TIN), and the certification of business size.� The clauses are available in full text at https://www.acquisition.gov/Far/.� Interested vendors capable of furnishing the government with the products/items specified in this synopsis should submit a copy of their quotation/offer to the following email address: verne.griffin@nih.gov by the due date and time below.� Attn: Verne Griffin.� Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements.� Offeror must include the delivery date/timeframe with offer.� Quotations will be due ten (10) calendar days from the publication date of this synopsis or by August 8, 2022 at 11:00 AM EST.�� The quotation must reference �Solicitation number� NICHD-22-208.� All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.� Any questions must be sent via email to verne.griffin@nih.gov �and must include solicitation# NICHD-22-208 in the subject line of email. Note:� In order to receive an award, contractor must be registered as ALL AWARDS and have valid certification in the System for Award Management (SAM) @ www.Sam.gov.�� Lack of valid registration in SAM will make an offeror ineligible for award. NOTE TO CONTRACTOR: The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7e4726c9b52b484a862a45f2a97316a5/view)
 
Record
SN06407939-F 20220731/220729230119 (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.