MODIFICATION
70 -- DOD Supercomputing Resource Center (DSRC) portion of Technology Insertion 2013 (TI13) - High Performance Computing Modernization Program Basic Ordering Agreement (BOA) Order.
- Notice Date
- 8/22/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-13-G-C575
- Response Due
- 12/2/2013
- Archive Date
- 10/21/2013
- Point of Contact
- Andrew Cameron, 256-895-1147
- E-Mail Address
-
USACE HNC, Huntsville
(andrew.e.cameron@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- In accordance with FAR 5.204, this pre-solicitation notice is being issued by the U.S. Army Engineering and Support Center in Huntsville (CEHNC) to announce an upcoming order under the DOD High Performance Computing Modernization Program (HPCMP) Technology Insertion Basic Ordering Agreement (BOA). This order will address the DOD Supercomputing Resource Center (DSRC) portion of Technology Insertion 2013 (TI13). Procedures for the BOA order will be issued in accordance with FAR 16.703. This pre-solicitation notice is NOT a request for proposals (RFP). Do not request the RFP in advance or submit any material, information, or brochures in response to this notice. The RFP will be issued in electronic format only and will be available on or about 12 Aug 2013. The DOD HPCMP intends to acquire balanced, commercially-available, production-grade HPC systems (which contain an appropriate combination of processor, memory, disk input/output [I/O], interconnect, and operating system [OS] capabilities) in order to conduct complex, tightly-coupled, large-scale, scientific calculations at two locations: (1) the Air Force Research Laboratory (AFRL) DSRC and (2) the Navy DSRC. A solution for the AFRL DSRC must include one base system and one test and development system, and a solution for the Navy DSRC must include two base systems and one test and development system. (A more detailed discussion of the Government's requirements will be provided in the upcoming RFP.) The offeror may provide multiple solutions for each DSRC. The total non-recurring price for each DSRC solution should be within a non-recurring affordability ceiling of $20.8M, and shall be calculated by adding the following elements: For the AFRL DSRC, - Price of the base system (including all delivery, assembly, acceptance testing, and necessary personnel to produce an operational system) - Price of the test and development system For the Navy DSRC, - Price of base system #1 (including all delivery, assembly, acceptance testing, and necessary personnel to produce an operational system) - Price of base system #2 (including all delivery, assembly, acceptance testing, and necessary personnel to produce an operational system) - Price of the test and development system All recurring prices (i.e. those for administration/maintenance and OS source code access) collectively should not exceed $1M for any single year. The total price for each DSRC solution (over a four year period), therefore, should not exceed $24.8M. Tentative Schedule (UPDATED 22 August 2013) 23 Aug 2013 - Issue TI13 DSRC RFP 29 Aug 2013 - Pre-proposal conference with offerors 4 Sep 2013 - BOA proposals due 4 Oct 2013 - Order 0001 proposals due 18 Nov 2013 - Anticipated award date Anticipated Benchmarks 1. Air Vehicles Unstructured Solver (AVUS) - a computational fluid dynamics code that models fluid flow around irregular geometries 2. Computational Hydrodynamics and Radiative Thermal Diffusion Squared to the Three-Halves (CTH) - a computational structural mechanics code developed by Sandia National Laboratories that models blast and impact effects 3. General Atomic and Molecular Electronic Structure System (GAMESS) - a general ab initio quantum chemistry package 4. Hybrid Coordinate Ocean Model (HYCOM) - an ocean general circulation modeling code developed by the University of Miami, Los Alamos National Laboratory, and the Naval Research Laboratory 5. Metadata Test (mdtest) - a parallel file system performance test designed to determine the number of achievable input/output operations per second (IOPs) for various file system functions 6. Input/Output Rate Test (IOR) - a parallel file system performance test designed to determine aggregate data throughput in gigabytes per second (GB/s) Restrictions - All systems must be manufactured in the United States. - Proposals will only be accepted from original equipment manufacturers (OEMs). ************************************************************************************ (Updated 22 August 2013) Any OEM of balanced, commercially-available, production-grade HPC systems may request access to the Technology Insertion 2013 (TI-13) Benchmarking Suite. OEMs may also identify suppliers that require access in order to support the preparation of a proposal. Please send requests for access to Andrew Cameron (TI-13 Contracting Specialist; Andrew.E.Cameron@usace.army.mil). Mr. Cameron will provide a URL, unique username, and unique password to each approved OEM and supplier. Pre-Proposal Conference: The pre-proposal conference will be held at the U.S. Army Corps of Engineers, Huntsville Engineering and Support Center. The address is 4820 University Square, Huntsville, AL 35816. Vendors who wish to attend the conference must send an email request to Mr. Cameron with the name of their firm and the names of each individual who will attend. Requests must be submitted by no later than 5:00 pm Central Daylight Time (CDT) on 27 August 2013. Due to space and parking limitations, firms are limited to two participants. The conference will begin promptly at 1:00 pm CDT. To ensure the successful completion of all security requirements prior to the scheduled conference start time, participants are encouraged to arrive 30 minutes early. ************************************************************************************ Contracting Office Address USACE HNC, 4820 University Square, Huntsville, AL 35816 Points of Contact Andrew Cameron (Andrew.E.Cameron@usace.army.mil) Mark Dillinger (Mark.W.Dillinger@usace.army.mil)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-13-G-C575/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville 4820 University Square Huntsville AL
- Zip Code: 35816
- Zip Code: 35816
- Record
- SN03158111-W 20130824/130822235156-047c6c5afbef48953d938a5d43e40b73 (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 |