|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174U.S. Department of Commerce/National Oceanic and Atmospheric
Administration/OFA/AGFS/AMD -- OFA51, 1305 East West Highway -- Station
7604, Silver Spring, Maryland 20910 70 -- HIGH PERFORMANCE COMPUTING SYSTEM DUE 100798 POC William L.
Voitk (301) 713-0839, extension 185 E-MAIL: click here to contact
Contracting Officer, william.voitk@agf.noaa.gov. The Office of Oceanic
and Atmospheric Research (OAR), within the National Oceanic and
Atmospheric Administration (NOAA), contemplates the acquisition of
equipment and services to augment the computing facilities at the
Forecast Systems Laboratory (FSL). Currently, FSL has an Intel Paragon
XPS/15 which it plans to decommission and a 16 node (32 CPU) Silicon
Graphics Inc. Origin/2000. The current systems are not sufficient to
meet FSL's research goals. FSL needs a computing system that can
provide the best available, affordable computing architecture and
system for its research, development and evaluation mission. In
fulfilling its strategic objectives, FSL is utilizing components of the
new streamlined acquisition process described in the document entitled
"Department of Commerce (DOC) Acquisition Process Case for Change",
retrievable from the Reference Library on the Internet at
(http://www.CONOPS.doc.gov). A High Performance Computing System
Acquisition Team ("the Team"), has been formed within the Department of
Commerce, and a Project Agreement has been executed between the Team
and management to spell out the project objectives, milestones,
approach, budget and resources available for the project. The Project
Agreement and background documents describing this project are
available on the Internet at the Project website
(http://hpcs.fsl.noaa.gov). Vendors should continue to monitor this
website for additional information concerning this project. Please
refer to Section VIII of the Project Agreement for a tentative approach
and schedule for this project. FSL is seeking varied concepts and
innovative approaches to obtain the needed computing system within the
time frame and budget allocated. Publishing of the Project Agreement
(http://hpcs.fsl.noaa.gov/ProjectAgreement.html) is intended to provide
industry an overview of the requirements, time frames and budget, as
well as to open a formal communication channel between industry and the
Team. The Team also anticipates providing a draft Statement of Need
(SON) on the Project website in September 1998 and preliminary
benchmarks in September 1998. The Team welcomes industry comments,
questions and suggestions which will aid the Team in developing its
acquisition strategy and finalizing the SON. The Team will consider
input received in response to this RFI as it develops the Statement of
Need. The Team does not anticipate the need for a pre-proposal
conference, but if one is deemed necessary, information will be posted
on the Project website. The Team may conduct one-on-one meetings in an
effort to benefit fully from industry responses to this RFI. Parties
interested in providing information which the Team may use in
developing the Government's technical and/or acquisition approach
should review carefully the Project Agreement and supporting documents
referenced in the Project Agreement that are available on the Internet
at the Project website (http://hpcs.fsl.noaa.gov). Instructions for
acquiring the benchmarks will also appear on the web site. A primary
purposefor this RFI is to ask vendors to run FSL's benchmark codes
which will give the vendor community an indication of the programs that
may be expected to run on the new FSL system. The Team requests that
vendors submit their benchmark test results in order to give FSL an
indication of what computers are recommended. One of the principal
outcomes of vendor/Government dialog will be to ensure that viable
approaches are considered during the competition. The Government may
therefore utilize the information provided to design its acquisition
strategy to take into account viable acquisition alternatives. In
addition to using the information provided by vendors to assist in its
acquisition strategy, the Team may also use the information to
determine which vendors do not appear to be viable candidates for
eventual award of a contract. Those vendors will be contacted and
informed that it does not appear to be in their best interests to
compete for the FSL requirement. However, if those vendors choose to
remain in thecompetition and later submit proposals, the Team will not
be prejudiced by its initial determination. Any vendor who so wishes
will receive a written or oral explanation of the Team's initial
determination as it pertains to that vendor. It is not the Government's
intent to disclose vendor proprietary information and trade secrets to
the public. The information submitted by vendors during the
pre-solicitation period may be used by the Government in preparing its
RFP or finalizing the SON, provided this can be done without
disclosing proprietary vendor information that is protected from
disclosure pursuant to the Freedom of Information Act and other laws
and regulations. Interested vendors should respond in writing to the
following topics (vendors who submit written responses will be invited
to augment their written responses with a 3-hour oral presentation
approximately the end of October/beginning of November): (a) A
description of a system which maximizes computational performance while
remaining within the estimated budget. Performance will be measured by
the expected execution of the final benchmarks. (b) An upgrade plan
(including business and technical approach) of how the Government will
benefit during the life-cycle of this acquisition. (c) A description
of the limited services which will be provided to maintain the system
over its 6-year life. (See draft SON, available September 1998.) (d)
Potential financing alternatives, such as straight leasing, LTOPs,
purchase and rough cost estimates for the alternatives, broken down by
hardware, software, and services, and any other associated costs. It
is the intent of FSL to acquire the HPCS via a contractual arrangement
satisfying the following conditions: (i) The payments for system
acquisition or lease will extend over 5 fiscal years(1999-2003) and may
conclude with the system belonging to the Government. (ii) The intended
life-cycle for the system is 6 years -- the optional cost in the 6th
year (which is 2004) being limited to maintenance charges. FSL's plan
is to use this 6th year to manage a phased migration to a successor
system. (iii) If the Government owns the system at the conclusion of
its intended life, the system could be operated longer than is now
planned, at the option of the Government. (iv) If a vendor recommends
straight leasing, the vendor must demonstrate the Government's benefit
in not owning the equipment at the end of the project life cycle. (e)
A description of past experience in providing relevant computational
capabilities and the vendor's capabilities (including the extent of
subcontracting) that will be required. (f) Benchmarks (i) The vendor
should attempt to compile and run as many benchmark codes as is
feasible, compare the vendor's results with FSL's results, and keep a
record of the time required to run the code. FSL expects to receive two
sets of timings and results: those from (1) the code essentially
unmodified and (2) an optimized code. For purposes of this RFI,
essentially unmodified means that the Fortran applications are
untouched, but modifications to the internals of the software system
known as SMS may be extensive provided the Fortran subroutine
interfaces and the associated semantics are unchanged. If a benchmark
simply cannot be run essentially unmodified, the vendor should inform
FSL through the web page to initiate a dialogue regarding that
benchmark code. It is not critical at this point in the process for the
vendor to try to optimize performance on the benchmarks because this
RFI is not a solicitation. FSL only requests timings to establish a
basis for dialogue and a better overall market picture. All results and
timings which the vendor reports will be kept in complete confidence.
For the optimized code, the vendor is allowed to make any changes to
the benchmark codes, as long as they still run successfully. However,
if FSL determines that the changes are too extensive or system
dependent, it may first enter into a dialog with the vendor to discuss
the nature of the changes. Ultimately, FSL may decide that the
essentially unmodified timings and results are most meaningful. For
further insight into FSL's requirements regarding source code
modifications see the Project Web site
(http://hpcs.fsl.noaa.gov/RFI/Portability.html). (ii) FSL requests that
the vendor run as many of the benchmarks as is feasible. The benchmarks
are the numerical weather prediction models RUC40, SFM (a derivative of
the commercial product RAMS), GFS, and QNH. The benchmarks may be
acquired by following the instructions on the Project web site
(http://hpcs.fsl.noaa.gov). There are instructions on how to run each
benchmark, as well as how to determine if a run is successful. (iii)
The vendor is requested to provide results on running the benchmarks.
Precisely what should be provided is included in the benchmark
instructions supplied with each benchmark. (g) A performance-based
contractor incentive plan. The vendor's submission should reflect an
understanding of the scope of the project and an overall approach to
providing the required system. Multiple or alternative approaches are
welcome. Although this RFI requests specific information, it is not
intended to discourage innovative thinking on the part of industry to
propose alternative solutions or approaches that NOAA may not have
considered. Interested parties may also submit comments or suggestions
in addition to or in lieu of a written approach. Those comments are
welcome, but will not be considered an approach for the purpose of
advising vendors as to their viability as candidates for the planned
competition. For the comments/suggestion submission, the vendor is
encouraged to provide any comments or recommendations it may have on
technology, acquisition strategy, contractual mechanism or other issues
that would assist the Team in developing the RFP. The vendor is also
encouraged to provide suggestions for inclusion of information in the
RFP that would enable the vendor to prepare a complete and accurate
proposal. Vendors responding should provide a point-of-contact
including: representative's name, email address, mailing address, and
telephone number. Written submissions in response to this RFI should
not exceed fifteen (15) pages for each system (including charts and
graphs). Please submit ten (10) paper copies (double-sided) and one (1)
3.5" high-density diskette, formatted for IBM compatible personal
computers, in WordPerfect 6, formatted for 8 " by 11" sheets,
single-spaced with margins of one (1) inch on all sides. The type for
all documents submitted (including charts and graphs) should be black
print on white paper, should not exceed twelve (12) characters-per-
linear-inch or be smaller than twelve (12) point, and should not exceed
six (6) lines-per- vertical-inch. The vendor should include one or more
additional 3.5" high-density diskettes, formatted for IBM compatible
personal computers containing the benchmark source code and the textual
output from the postprocessors supplied with each benchmark. The Team
requests that all documents/diskettes be received by the Government by
4:00 PM Washington DC local time, on October 7, 1998. All
documents/diskettes should be delivered as a single package to the
following location: Mr. William Voitk U. S. Department of Commerce/NOAA
Acquisition Management Division/ADP Contracts Branch 1305 East-West
Highway, Room 7604 Silver Spring, MD 20910-3281 The Team will operate
a "Questions and Answers" page on the NOAA website for vendor questions
related to this requirement. Questions should be submitted
electronically to the NOAA website. The Team will post the vendor
questions and Government answers on the NOAA website for public
viewing, without revealing the source of the questions. If a vendor
asks a question which involves proprietary information, the vendor
should provide detailed information explaining why the question should
be protected from disclosure. Vendor questions designated as
proprietary or confidential will be protected from disclosure (except
where otherwise required by law and judicial process). The Team will
attempt to answer questions on the NOAA website within a week of
receipt of questions. Posted 09/02/98 (W-SN244725). (0245) Loren Data Corp. http://www.ld.com (SYN# 0301 19980904\70-0018.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|