SOLICITATION NOTICE
70 -- Multi-processor Cluster
- Notice Date
- 7/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-06-R-0041
- Response Due
- 7/31/2006
- Archive Date
- 8/31/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested. A written solicitation will not be issued. Solicitation N00421-06-R-0041 is issued as a Request for Proposal (RFP). If two or more capable small businesses are responsive to this synopsis/solicitation it will be set-aside for small business. The North American Industry Classification Systems (NAICS) code is 334111. The small business size standard is 500 employees. The incorporated document provisions and clauses are those currently in effect through the Federal Acquisition Regulation and Defense Acquisition Regulation Supplement. The Naval Air Warfare Center, Aircraft Division, Patuxent River, MD plans on making an award for one Multi-processor rack-mounted Linux cluster system based on AMD Opteron processors to be used to efficiently run/process computational fluid dynamics analysis jobs. All items shall be of new manufacture. CLINS will be proposed on a Firm Fixed Price basis. Summary of Requirement: The system will be required to run multiple jobs through a stable and proven queuing system with reliable and high rate throughput. The system should be comprised of components that are of proven technology. The system will be expected to run on standard power in a normal office setting/environment with minimal system administration or oversight on a continual around the clock basis. The system requires a separate head node, 76 compute nodes (one is a spare node), and a RAID system for the data. Each node should have two processors and all the nodes will be interconnected by cost-effective high density stackable gigabit networking switches with high fabric bandwidth that also offer good network management capabilities. The system will be housed in cabinets with rails for mounting nodes and components. A proper rack-mountable uninterrupted power supply system with power distribution units and external surge suppressor to protect the head node and the RAID system is also required and about 10 minutes of battery time is required to ensure safe back up of files and shutdown of the system in case of power failures. The equipment rack should have appropriate air removal units to ensure the cooling. Preload and test Redhat Fedora Core v4.0 software as well as in-house testing, and burn-in of any vendor supplied non-proprietary (free or low cost) system health monitoring software package will be required before the shipping. The selected vendor will be responsible for integrating and assembling the system at the user site (NAVAIR) including all final on-site tests on the software and system integration status. The travel expenses of the engineers or technicians to carry out the final assembly and tests should be included in the bidding price. Specifically, the requirement will be comprised of the following: 1. CLIN 0001 ? Multi-processor Cluster The cluster has a separate head node with the following; a. About 2U size rack-mountable chassis with six removable drive bays and minimum 550 watt redundant power supplies b. Two 2.4GHz AMD Opteron single core CPUs. c. 8 Gb of memory (four x 2 Gb memory modules, ECC DDR-I PC3200) d. Two 160Gb capacity (7200 rpm or faster) SATA hard disk drives to hold the operating system mirrored for data safety. e. Minimum dual 10/100/1000 onboard Ethernet ports, two USB2.0 ports, three PCI slots, eight 128-bit interleaved memory slots, and NVIDIA nForce4 Pro 2200 chipset f. Dual channel ultra320 PCI SCSI adapter g. DVD+/- RW 2. CLIN 0001 ? Compute node configuration - Each node requires the following; a. 1U size rack-mountable chassis with two fixed drive bays b. NVIDIA nForce 4 Pro 2200 chipset with onboard dual 10/100/1000 Ethernet, PCI slots, and eight 128-bit interleaved memory slots c. Two 2.4 GHz AMD Opteron single core CPUs d. Four 1-Gb registered ECC DDR-I PC 3200 memory modules e. One 80Gb 7200rpm or faster SATA disk f. Requires 76 nodes (one node to be used for shelf spare) ** Note: Each compute node could be composed of 4 processors and 8 Gb total memory instead of 2 processors and 4 Gb of memory if such product is available and offered at a comparable price. ? In this case, total 38 nodes will be needed. 3. CLIN 0001 ? Network switches, Uninterrupted Power supply (UPS), and Rack, monitor &etc; a. Two 42U height equipment cabinets. b. Cabling for the entire cluster system c. High-performance and high fabric bandwidth 10/100/1000 stacking switches with built-in uplinks and all the connecting cables d. Rack-mountable UPS to cover the head node and the RAID to provide about 2200 VA capacity and batteries to sustain power for approximately 10 minutes during the power outage. The rack should provide air removal units for cooling and also power distribution units and external surge suppressor to protect the head node and the RAID are required. e. 21? LCD monitor with 1600x1200 resolution, with DVI inputs and about 0.27mm dpi f. Wireless keyboard and mouse 4. CLIN 0002 ? Raid System; a. Approximately 3.2 Tb SATA disk array composed of eight 400Gb 7200 rpm or faster SATA disks (either network attached or connected to the head node through fiber switches) 5. CLIN 0003 - Shelf Spare; a. Two 400Gb SATA hard disks for the RAID b. Four 80Gb SATA hard disks for the compute nodes c. Two power supplies for the compute nodes 6. CLIN 0004 ? Delivery, Installation, System integration, hardware and software maintenance a. Vendor shall provide 3 year warranty on the hardware b. Vendor shall provide toll free technical support for the life of the cluster c. Advanced replacement of defective hardware with exact or equivalent components d. Vendor shall provide preload and test Redhat Fedora Core 4 software e. Vendor shall load, in-house testing, and burn-in of any vendor supplied non-proprietary (free or low cost) system health monitoring software package f. Vendor shall deliver, integrate and rack-mount the system at the user site (Naval Air System?s Computational Fluid Dynamics Laboratory, Building # 2187, Room # 2A55 at Patuxent River MD) including all the cabling; final on-site software and system integration and tests including the travel expenses of the engineers or technicians ** Note: Vendors could offer components with equivalent or better quality and performance at a similar price replacing the ones listed above. CLINS 0001 ? 0003 shall be delivered within 30 days after contract award to Naval Air Systems Command, NAWCAD Computational Fluid Dynamics Laboratory, AIR 432100A, 48110 Shaw Road, Building # 2187, Room # 2A55, Patuxent River MD 20670. Mark for James Chung (301) 342-8547, james.chung@navy.mil. Inspection and acceptance shall be made at destination upon delivery. The Following FAR/DFAR provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.219-8, 252.212-7001, 252.232-7003, 252.246-7000. The following clause also applies: DFARS 252.204-7004, ?Required Central Contractor Registration (CCR)?. Registration in CCR is mandatory. The provision at FAR 52.212-2 Evaluation ? Commercial Items will apply to this solicitation. The following evaluation factors will be used to evaluate offers: Technical, Price and Past Performance in a Best Value Continuum. Technical capability will include a review of the use of quality components to ensure the highest networking throughput while maintaining the best price/performance. Emphasis will be given especially on the use of affordable high-density stackable gigabit networking switches with high fabric bandwidth that also offer good network management capabilities, quality and ease of use of the included system health monitoring software.Vendors are required to specify the exact brand and model names of the components to be offered. Past Performance will include consideration of presentation of good track records of supplying large scale parallel computers and providing after-sales technical support for hardware and software related problems. Each Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (OCT 1995) that is incorporated by reference and applies to this acquisition. The provision FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Used or Refurbished equipment will not be accepted. All offers are due by 1600 on 31 July 2006. Offers should be mailed to: ATTN: Miriam-Ellen Bonk, Naval Air Systems Command, 21983 Bundy Road, Bldg 441 Unit 7, Room 101, Patuxent River, MD 20670-1127. Questions can be directed to Miriam-Ellen Bonk at 301 757 9064, (Fax 301 757 8959), or miriam-ellen.bonk@navy.mil
- Place of Performance
- Address: Naval Air Systems Command, NAWCAD Computational Fluid Dynamics Laboratory, AIR 432100A, 48110 Shaw Road, Building # 2187, Room # 2A55, Patuxent River MD 20670. Mark for James Chung (301) 342-8547, james.chung@navy.mil
- Zip Code: 20670
- Country: UNITED STATES
- Zip Code: 20670
- Record
- SN01089728-W 20060716/060714221656 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |