Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2014 FBO #4551
SOURCES SOUGHT

A -- Transition of Operation, Management, and Research Development Effort for the Maui High Performance Computing Center (MHPCC)

Notice Date
5/9/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
FA9451-14-C-0258
 
Archive Date
5/31/2014
 
Point of Contact
Gail A. Hamblet, Phone: 505-846-8133, Deborah Moyer, Phone: 505-846-2040
 
E-Mail Address
gail.hamblet@us.af.mil, Deborah.Moyer@us.af.mil
(gail.hamblet@us.af.mil, Deborah.Moyer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: MARKET RESEARCH FOR Transition of Operation, Management, and Research Development Effort for the Maui High Performance Computing Center (MHPCC) The Government is issuing this Sources Sought announcement as part of a market research survey. This announcement is for information ONLY and will be used to determine the best acquisition strategy for this procurement. Any information submitted will be utilized as part of furthering the Government's understanding of market capabilities. The Air Force Research Laboratory, Directed Energy Directorate, Kirtland AFB, NM has a need for contracted support to transition the Maui High Performance Computing Center (MHPCC) to the US Army Corps of Engineers (USACE) High Performance Computing Modernization Program (HPCMP) Integrated Technical Services (HITS) contract for the period 01 October 2014 through 28 February 2015, with potential for additional support from 01 March through 31 October 2015, in four month increments. The mission of the MHPCC DSRC is: (1) to develop advanced high performance computing applications and tools, (2) to deploy state-of-the-art high performance computing and communications systems, and (3) to accelerate the transition of these advanced defense technologies into superior warfighting capabilities. The contemplated contract will provide for the orderly transition of the MHPCC to the USACE managed HITS contract without any disruption in currently on-going operations; provide all personnel hardware, software, equipment, and supplies for operations, management, and performance of research and development efforts currently performed under contract F29601-01-D-0083 during this transition period; and provide for contract phase-out. This effort will be performed at the AFRL MHPCC located in Kihei, Maui HI. The MHPCC transitional effort includes operations and maintenance of government provided unclassified and classified High Performance Computing (HPC) resources within the site, network connectivity, physical and network security, use of directed technical program support, and reporting throughout the transition period. These activities include: 1) Planning, coordinating and executing the orderly transition from the current effort to the HITS contract without disruption or degradation of MHPCC operations or mission currently underway. 2) Provide sufficient qualified and trained personnel to meet computational requirements of the MHPCC Data Center facility on a seven days per week, 24 hours per day schedule with reduced availability of help desk and technical support after normal working hours during the transitional period. Maintain HPC System availability through transition with each HPC shared-use system being individually calculated monthly for the entire system and shall meet a minimum individual requirement of 96%. Manage government visualization/video teleconference laboratory for unclassified communication and provide all software support and systems analysis to include providing all operational software for MHPCC during the transitional period. Manage and provide maintenance for all MHPCC equipment installed within MHPCC site during the transitional period including the Data Center, MHPCC building, and Remote Maui Experiment (RME); this requirement includes having a maintenance response time of two hours during normal business hours and no more than four hours outside of normal business hours. Provide protection of and for government classified materials, including maintaining personnel with appropriate security clearances and providing the government notification of any security incidents during the transition period. Provide program security support to Special Access Programs (SAP) and Sensitive Compartmented Information (SCI) programs assisting the government Special Security Representative throughout the transitional period. Maintain the MHPCC facilities at 550 Lipoa Parkway, Kihei, Maui, HI, and provide continued lease of the MHPCC Data Center facility at 590 Lipoa Parkway, Kihei, Maui, HI, to support housing of the MHPCC hardware/equipment and performance of MHPCC technical and administrative functions during the transitional period. 3) Provide effective transitional program management, information and process management, configuration management, resource management, and quality control management. 4) Support software development, planning, testing, release, deployment, and user support for Portal HPC Software as a Service (SaaS) and the software developer support infrastructure for the Computational Research and Engineering Acquisition Tools and Environments (CREATE) development team throughout the transitional period. 5) Provide transitional support for research and development efforts in the area high performance computing for the High Performance Computing Modernization Program (HPCMP) funded Space Situational Awareness (SSA) HPC Software Application Institute (HSAI). No solicitation is available at this time. Proposals are NOT being requested or accepted based on this synopsis. This announcement shall NOT be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought notice is voluntary. Responses will NOT be returned. Submitted information shall be UNCLASSIFIED. NO reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Any costs incurred as a result of this announcement shall be borne by the Respondent and will NOT be charged to the Government for reimbursement. Interested sources are encouraged to submit company and product literature, and/or other pertinent information for the Government's consideration. ALL entities having the capability to perform this work are invited to submit a Statement of Capability (SOC) in order for the Government to determine the best acquisition strategy. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Contractors not responding to this Sources Sought will not be precluded from participation in any future solicitation, if issued. The applicable North American Industry Classification Systems (NAICS) Code is 541712 which has an associated small business size standard of 500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government requests that interested parties respond to this notice, if applicable, and identify your small business status to the identified NAICS code. The Statement of Capabilities (SOC) shall contain the following information: 1) Capabilities to provide highly qualified personnel necessary to operate and maintain all MHPCC equipment and systems, performing research and development mission requirements during the transition period to HITS without unacceptable delay or mission degradation 2) Capabilities to provide transitional support and software development personnel with requisite skills for technical planning for software development in areas such as Astrodynamics and Image Enhancement in support of the HSAI-SSA program during the transitional effort without unacceptable delay or mission degradation 3) Capabilities to provide personnel with higher level skills and knowledge in Fortran and C programming languages and parallel programming and experience in porting codes to the HPC/MHPCC environment during the transition effort without unacceptable delay or mission degradation 4) Capabilities to provide protection of and for government classified materials, including maintaining personnel with appropriate security clearances and providing the government Special Security Representative throughout the transitional period without unacceptable delay or mission degradation. 5) Capabilities to provide sufficient qualified and trained personnel to meet computational requirements of the MHPCC Data Center facility on seven days per week, 24 hours per day schedule without unacceptable delay or mission degradation. 6) Capabilities to manage government visualization/video teleconference laboratory for unclassified communication, provide software support and system analysis for MHPCC during transitional effort without unacceptable delay or mission degradation. 7) Capabilities to provide effective transitional program management, information and process management and configuration management to MHPCC during the transitional effort without unacceptable delay or mission degradation. 8) Include any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information. 9) All entities submitting SOC's should indicate whether they are a small, small disadvantaged, 8(a), certified HubZone small businesses, or woman owned businesses, or research and educational programs and activities: historically black colleges and universities, and minority-serving institutions of higher education. Small Disadvantaged Businesses must be certified by the SBA (contact your local SBA office or online at www.sba.gov). The SOC is limited to 7 pages, printed on one-side only, using standard Times or Times New Roman font no smaller than 12 point. An original Statement of Capability and two (2) copies must be sent to the Contracting Officer no later than Noon (Mountain Daylight Time - MDT) on 16 May 2014. Foreign firms are advised they will NOT be allowed to participate as the prime contractor or as a first-tier subcontractor. The operations, research, and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, USC, Section 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Therefore, ONLY offerors who are certified by the Defense Logistics Information Service (DLIS) may submit statements of capability. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan, 49017-3084, (800) 352-3572, http://www.dlis.dla.mil/jcp/, for further information on certification and the approval process. Submit SOC responses by email or mail to the MHPCC Contracting Officer, Gail Hamblet, AFRL Det 8/RVKD, 3550 Aberdeen Avenue SE, Kirtland AFB, NM 87117-5776, phone (505) 846-8133, e-mail: gail.hamblet@us.af.mil no later than Noon (Mountain Daylight Time - MDT) on 16 May 2014. The Contract Specialist supporting this market research survey is: Deborah Moyer, AFRL Det 8/RVKDL, 3350 Aberdeen Avenue SE, Kirtland AFB NM 87117-5776, phone (505) 846-2040, email: deborah.moyer@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/FA9451-14-C-0258/listing.html)
 
Place of Performance
Address: Kihei, Maui, Hawaii, United States
 
Record
SN03362419-W 20140511/140509234728-b555c9f4e5c9327ed95b9985f823182c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.