MODIFICATION
70 -- CFD Workstation Replacement
- Notice Date
- 7/12/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- 11545 Rockville Pike, Rockville, MD 20785
- ZIP Code
- 20785
- Solicitation Number
- RES-11-235
- Response Due
- 7/19/2011
- Archive Date
- 1/15/2012
- Point of Contact
- Name: Wanda Brown, Title: Contract Specialist, Phone: 3014923634, Fax: 3014923437
- E-Mail Address
-
wanda.brown@nrc.gov;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is RES-11-235 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-19 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Rockville, MD 20852 The Nuclear Regulatory Commission requires the following items, Brand Name or Equal, to the following: LI 001, 42U Rack with 2 power distribution untis, 1, EA; LI 002, 3U 5000 VA UPS-Triplite or equivilant, 1, EA; LI 003, 36 port infiniband switch-36 port minimum, 1, EA; LI 004, 48 port gigiabit Ethernet switdh - 48 port minimum, 1, EA; LI 005, Rack mouunted kebboard, pointer and monitor, 1, EA; LI 006, Head Node for cluster control including - duel Xeon 5690 cpus-or equivilent performance,24 GB ram- or more,dual 500 GB boot drivers in RAID 1 configuration,20 TB storage array,IPMI functionality,Infinband connection,RedHat Enterprise Linux-or equivilant Linux based system,Cluster Control SW-ABC cluster managment interface, 1, EA; LI 007, Compute Notes including-dual Xeon 5690 cpus-or equivilant computational performance,24 GB ram-or more,500 GB boot drive -or equivilant,IPMI functinality, Infiniband connections, Red Hat Enterprise-or equivilant, Cluster SW as needed, 10, EA; LI 008, Hardward and Software setup to integrate with existing CFD Linux cluster which uses Aspen Systems, Inc.-ABC cluster management interface., 1, EA; LI 009, Three year warranty systems hardware along with technical for hardware and software., 1, EA; LI 010, The system should include configuratin of the head node to serve as a single managment node for the new and existing compute nodes which are currently configured using the ABC cluster management softare. The system should be delivered as a turn-key system with all cluster management software installed and operational after connectoins to existing system., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Nuclear Regulatory Commission intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Nuclear Regulatory Commission is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RES-11-235/listing.html)
- Place of Performance
- Address: Rockville, MD 20852
- Zip Code: 20852
- Record
- SN02496287-W 20110714/110712235144-4aee178b3c74a109a3672cff8f62a46e (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 |