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
|
|
|