SOLICITATION NOTICE
70 -- BEOWULF CLUSTER OF PERSONAL COMPUTERS
- Notice Date
- 7/17/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFQ5-79508-904
- Response Due
- 7/26/2002
- Point of Contact
- Joyce Tsugawa, Contract Specialist, Phone (301) 286-3227, Fax (301) 286-1773, Email Joyce.F.Tsugawa.1@gsfc.nasa.gov - Deanna E. Herschell, Contract Specialist, Phone (301) 286-6640, Fax (301) 286-1773, Email herschel@pop200.gsfc.nasa.gov
- E-Mail Address
-
Email your questions to Joyce Tsugawa
(Joyce.F.Tsugawa.1@gsfc.nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP), and FAR Part 13.5, Test Program for Certain Commercial Items. NASA/GSFC plans to acquire Beowulf Cluster PCs. The vendor is to provide ALL the hardware listed in the specifications below and all items must be delivered within 14 calendar days ARO. BASIC REQUIREMENT Item 1: Qty. 74, Rack mountable PCs (compute nodes) each with: 1U 19" Black rack mountable PC's with sufficient power and cooling with: 1 Tyan Thunder i7500 (S2720GN) motherboard, 2 Intel Pentium? 4 Xeon 2.2 Ghz processors with 512K cache, 2 Corsair 1024mb DDR PC2100 ECC REGISTERED CAS2.5 (DDR 266mhz), 1 Seagate Barracuda ATA IV 80gb, 9.5ms UATA/100 7200rpm disk, 1 power supply (at least 400W) 1 Myrinet-2000-Fiber/PCI interface PCI short card(M3F-PCI64B-2) 1 pair 1U chassis slide rails Up to a 3 yr warranty Item 2: Qty. 1, Server PC (console)with: Dual-Xeon Server PC with sufficient power &cooling with: 1 Tyan Thunder i7500 (S2720GN) motherboard, 2 Intel Pentium? 4 Xeon 2.2 Ghz processors with 512K cache, 2 Corsair 1024mb DDR PC2100 ECC REGISTERED CAS25 (DDR 266mhz), 1 Radeon 8500 64MB DDR 3D, 3 Seagate Barracuda ATA IV 80gb, 9.5ms UATA/100 7200rpm disk, 1 Lite-On 40X/12X/48X EIDE CDRW 1 Teac 1.44mb 3.5" floppy drive 1 power supply (at least 400W) 1 Myrinet-2000-Fiber/PCI interface PCI short card (M3F-PCI64B-2) 1 Viewsonic VP201M 20" TFT 1600X1280 TCO99 Monitor 1 Logitech optical mouse PS2/USB 1 Logitech deluxe keyboard PS2/USB Heavy duty casters Up to a 3 yr warranty Item 3: Qty. 2, IDE RaidServer(storage systems) each with: SuperMicro IDE Raid Server Chassis SC850P4 with sufficient power & cooling with: 1 Tyan Thunder i7500 (S2720UGN) motherboard, 2 Intel Pentium? 4 Xeon 2.2 Ghz processors with 512K cache, 2 Corsair 1024mb DDR PC2100 ECC REGISTERED CAS2.5 (DDR 266mhz), 12(2 mirror-system, 10 raided) Seagate Barracuda ATA IV 80gb, 9.5ms UATA/100 7200rpm disks, 1 Lite-On 40X/12X/48X EIDE CDRW 1 3ware Escalade 7850 8-port IDE Raid controller card Redundant hot swap power supply Myrinet-2000-Fiber/PCI interface PCI short card(M3F-PCI64B-2) Heavy duty casters Up to a 3 yr warranty OPTION 1: Myrinet Network 1 9U 17-slot Myricom switch chassis (M3-E128) with 10 8 Line-card switches with 8 fiber ports each(M3-SW16-8F) 80 10m Myrinet-Fiber cable (M3F-CB-10M) Label all cables Up to a 3 yr warranty OPTION 2: Fast Ethernet 4 Linksys EF2S24 Etherfast II 10/100 24 Port Workgroup AutoSensing Switches 80 Cat5e 5 meter cables Label all cables Up to a 3 yr warranty OPTION 3: Racks & Integration 3 pairs of 44U 19" racks Racks 1&2 : will contain 35 PCs Rack 3: will contain 1 Myrinet 9U switch and 4 24-port fast Ethernet switches Heavy-duty casters Chassis installed on the rack; each chassis labeled with removable magnetic tags Assembly of nodes into racks Up to a 3 yr warranty OPTION 4: System Spare Kit: 1 Tyan Thunder i7500 (S2720GN) motherboard, 2 Intel Pentium? 4 Xeon 2.2 Ghz processors with 512K cache, 2 Corsair 1024mb DDR PC2100 ECC REGISTERED CAS2.5 (DDR 266mhz), 4 Seagate Barracuda ATA IV 80gb, 9.5ms UATA/100 7200rpm disk, 1 power supply (at least 400W) 1 Myrinet-2000-Fiber/PCI interface PCI short card (M3F-PCI64B-2) OPTION 5: Additional quantity (1 to 10 units) of Item 1, Rack Mountable PCs, may be procured. Offeror should specify a unit price under this option, and be capable of delivering up to ten additional units. This procurement shall be conducted utilizing Best Value Selection (BVS), which seeks to select an offer based on the best combination of price and qualitative merit (including past performance) of the offers submitted and reduce the administrative burden on the offerors and the Government. BVS takes advantage of the lower complexity of Simplified Acquisition Procedures and predefines the value characteristics which will serve as the discriminators among offers. BVS evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, award will be made to the offeror with the lowest evaluated price. However, the Government will consider awarding to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an offeror whose offer has lower qualitative merit if the price differential between it and other offers warrant doing so. The specifications included in the solicitation serve as the Government's baseline requirements. The following value characteristics establish what the Government considers to be valuable in an offer. These value characteristics are performance based and permit selection of the offer which provides better results for a reasonable marginal increase in price. All offers will be judged against these value characteristics. Price and technical (including past performance) factors will be considered equal in importance and will not be assigned weights. On those value characteristics the offeror chooses to provide, adequate information should be submitted to permit proper evaluation. The following value characteristics are applicable to this procurement: 1. The offer demonstrates a credible approach to accelerate the contract delivery schedule. It is in the Government's best interest to take delivery of the required deliverable items earlier than the dates specified 2. The offer specifies a technical solution that is state-of-the-art yet reliable. It is in the Government's best interest to receive the latest hardware that will be reliable in an operational environment. 3. The offer specifies the Warranty Features, such as 1 year, 3 year, on-site cold spares, expedient replacement of parts, etc. It is in the government's best interest to have the most expedient equipment repair, e.g. on-site vendor-supplied cold spares or expedient advanced (i.e. vendor to send out replacement before defective part is returned) delivery of replacement parts for up to 3 years. 4. The offer identifies previous experience with similar Beowulf system design and integration efforts. This experience shall be described as part of the relevant contract performance information. It is in the Government's best interest to select a Contractor with previous experience that relates to performance under this intended contract. 5. The offer specifies a cost-effective technical solution for all of the Basic Requirements and for the Contract Options. It is in the Government's best interest to get a cost-competitive proposal. The provisions and clauses in the RFQ are those in effect through FAC 97-26. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334111 and (not to exceed) 1,000 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA/GSFC is required within 14 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by July 26, 2002, 12:00 noon EST, and may be e-mailed to Joyce.F.Tsugawa.1@gsfc.nasa.gov, or faxed to 301-286-1773, and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans fo the Vietnam Era (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (E.O. 13126) 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C. 10a-10d) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than July 22, 2002. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price, and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer [see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=51 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#102348)
- Record
- SN00119026-W 20020719/020717214022 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |