Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,2000 PSA#2672

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

70 -- COMPUTER SYSTEM SOL N00178-00-Q-1048 (SYNOPSIS/SOLICITATION) DUE 082500 POC SD11 Branch on (540) 653-7478 WEB: NSWCDD Dahlgren Laboratory Procurement Division Homepage, http://www.nswc.navy.mil/supply. E-MAIL: Questions concerning Synopsis/Solicitation N00178-00-Q-1048, sd11@nswc.navy.mil. The following is a combined synopsis/solicitation prepared in accordance with the format in FAR Part 12 and in accordance with Simplified Acquisition Procedures, FAR 13.5-Test Program for Certain Commercial Items, and supplemental information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The synopsis/solicitation number is N00178-00-Q-1048 and is a Request for Quote. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) requires a 32 CPU Xtreme Xterminator System. The requirements for the system appear as follows. 1. 1 Host Node: Dual Intel PIII-800, SuperMicro P6DGU motherboard GX chipset, 512 MB RAM SDRAM (3 open slots available), 36 GB SCSI HD 10,000 rpm (1), 40 X CDROM, 4 MB Video AGP, FDD, Fast Ethernet NIC (tulip) (3), 2. 15 Compute Nodes: Dual Intel PIII-800, SuperMicro P6DGU motherboard GX chipset, 512 MB RAM SDRAM (3 open slots available), 9.1 GB SCSI HD 7,200 rpm (1), 4 MB VideoAGP, FDD, Fast Ethernet NIC (tulip) (2), 3. Industrial rack mount/2U case with 300 Watt Power Supply, 4. 32 CPU xtreme software bundle. Other System Features included: 1-72 port Foundry Network Fast Ethernet Switch/2 Master Console reboot unit, American Power Conversion Master Console-web based reboot unit (rack-mountable) (2), American Power Conversion NetShelter 42U Rackmount cabinet (2). Installed Tested Software Requirements: Each Compute Node shall run RedHat Linux 6.2 with SMP enabled (Kernel Version 2.2.16), The Master Node shall also run RedHat Linux 6.2 with SMP enabled (Kernel Version 2.2.16), MPICH 1.2.0 library, LAM MPI 6.3.2, PVM 3.4 library, PBS (Portable Batch System) from MRJ installed, configured, and tested, NFS software included and integrated with customer's SGI workstation, BERT77 -- 1.04 Analysis and Code Generation (AG) Bundle Parallel Conversion/Optimization Software takes FORTRAN77 serial code and converts it to distributed parallel code in source code form. Linux version. ClusterManagement Software (CMS) -- Remote booting of compute nodes, remote monitoring of load on each compute node, memory usage on each compute node, memory status on each compute node, CPU Temperature of each CPU on each compute node, fan speed monitoring on each compute node. CMS shall also run on master node. CRAFT Flowfield Model 1.0 preinstalled by CRAFT Tech with license term to 31 March 2001. CRUNCH Aeropropulsive Navier-Stokes code preinstalled by CRAFT Tech with license term to 31 December 2000. NOTE: All software shall be fully installed and tested on delivered Cluster System. In addition, the software shall be available in RPM format on CD-ROM. All commercial software shall have media and documentation delivered with cluster. New Product Warranty: 60 days unless otherwise indicated. Toll free phone and/or e-mail support consisting of: Toll free phone support (8:30 a.m. 5:30 p.m. Eastern Standard Time Monday-Friday), Priority Mailing List Response (e-mail), Administrative Support: Kernel Configuration, Node Rebuild, Cluster Management Software (CMS) support and upgrades as required, RedHat Linux 6.1 Distribution Package support, Kernel Package Upgrade (CD-ROMs) if necessary, Portland Group PGI Workstation Bundle Compiler Suite Support/Upgrades. Media and documentation required, BERT 77 FORTRAN 77 Parallel Conversion Software Support/Upgrades as needed, Third Party package Open Source support and upgrades as needed for: MPICH, LAM-MPI, PVM. Hardware Warranty: Lifetime warranty on all CPU's and memory. Manufacturers' warranty on all other parts. Warranty is void if parts are over clocked or used beyond manufacturers' specifications. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. FAR 52.212-1, Instructions to Offerors-Commercial Items and the provisions FAR 52.212.2, Evaluation-Commercial Items, apply to this synopsis/solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b) 1, 5, 6, 11, 12, 13, 14, 15, 22, and 25. The provision at DFAR 252.212-7000, Offeror representations and certifications-Commercial items applies. The provisions at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable with the following provisions of subparagraph (b) thereof indicated as applicable: 252.205-7000, 252.225-7007, 252.227-7015, 252.227-7037, 252.243-7002, and 252.247-7024. The following DFARS provisions are applicable to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.225-7017 Prohibition on Award to Companies Owned by the Peoples Republic of China, DFAR 252.225-7006 Buy American Act-Trade Agreements- Balance of Payments Program Certificate. It is anticipated that award will be made on or about 28 August 2000 with a delivery date of 11 September 2000. Quotes will be accepted via FAX at (540) 653-7088, Attention Code SD110, no later than 2:00 p.m., Eastern Standard Time on 25 August 2000. When responding, please reference Request for Quotation N00178-00-Q-1048, provide the company name, point of contact, telephone and facsimile numbers, Internet address, business size, and specific information regarding your capabilities to provide the computer system described herein. DoD will no longer award contracts to Contractors not registered in the Central Contractor Registration (CCR) database. Registration may be done by assessing the CCR Web site at http://www.ccr2000.com. A paper registration form may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. Posted 08/23/00 (W-SN489029). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0285 20000825\70-0011.SOL)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |


Created on August 23, 2000 by Loren Data Corp. -- info@ld.com