Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

70 -- AUTOMATIC DATA PROCESSING EQUIPMENT

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017814R3042
 
Archive Date
8/13/2014
 
Point of Contact
Deborah Dobson, Phone: 540-653-4204
 
E-Mail Address
deborah.dobson@navy.mil
(deborah.dobson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N00178-14-R-3042 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a sole source basis, a LINUX Cluster with the following requirements: General Requirements: Key aspects of the machine are as follows. 64-bit" CPU architecture Integrated graphics solution for Remote 3D visualization of OpenGL applications used to perform pre/Post-Processing Solid State Drive (SSD) installed in compute nodes Infiniband networking topology RAID platform for expandable shared storage Scalable platform High density packaging Front-side cabling Air-cooled design N+1 redundant power supplies Hot-swap compute blades Ability to integrate additional nodes, and augment graphical capabilities, acquired in a subsequent procurement 12 - 18 months after acceptance of system described in this specification Detailed minimum specifications. Each node will have, at a minimum, dual-slot x86_64 CPU support (i.e. minimum, two (2) CPU sockets, per node) The CPU architecture will be Intel Xeon E5v2 Each node will have, at a minimum, 8 cores per CPU; 16 cores total in each compute node Each node will have, at a minimum, 4 GB of RAM per CPU core in each compute node (i.e. minimum 48 GB RAM per compute node) Dual single-port Infiniband HCAs, with dual fabrics Will support OFED software stack Will include OpenSM for fabric management Must provide Remote 3D visualization of OpenGL applications, using a dedicated server solution, which must be integrated with cluster via Infiniband networking fabric(s) Dedicated server solution for visualization must have access to shared storage within cluster, using the Infiniband networking fabric(s) Dedicated server solution for visualization will integrate GPU resource sharing with PBS Pro queuing software to facilitate parallel job submission and control Dedicated server solution for visualization will employ high-end Graphics Card(s) capable of supporting a minimum of 5 users, concurrently, and up to 8 users, per card, with high resolution 3D modeling Graphics bus must be PCI Express 3.0 At a minimum, graphics card(s) will have 6 GB of RAM, on-board Graphics card(s) must be compatible with OpenGL, CUDA, and OpenCL, and this compatibility must be supported by vendor Dedicated server solution for visualization must be equipped with, at least, 160 GB of RAM Dedicated server solution for visualization will be validated and optimized for the OpenGL visualization application, ParaView Clients receiving the remote 3D visualization must not require the installation of dedicated software in order to display Each compute node will have one solid state storage device (SSD), with a minimum capacity of 250GB per SSD Rack mounted slide-out LCD, keyboard, trackpad. 16 TB of scalable storage, installed and configured, with clustered file system LTO-5 tape library of sufficient size to back up data on directly attached mass storage unit. Must include out-of-band embedded server management capability Will have the ability to retain compute node and service node events Will provide simultaneous power management of multiple compute nodes and service nodes Installed and configured software will include Centralized node-monitoring software and machine imaging and maintenance tools for complete cluster management Continuous hardware monitoring Continuous environmental monitoring PBS Professional queuing system Intel Fortran Compiler for Linux Intel C++ Compiler for Linux Intel MPI Runtime Environment All hardware and software components shall include installation, configuration, and operating documentation to include all required benchmark test results. STATEMENT OF WORK: This Statement of Work defines the system installation, configuration, training, and demonstration portions of the LINUX Cluster procurement. 1.0 BACKGROUND The Naval Surface Warfare Center Dahlgren Division (NSWCDD) has a requirement for a High Performance Computing Cluster for performing physics-based computation. This system will be a distributed memory Linux cluster, tailored to meet the requirements for highly parallel numerical computations of large problems with computational fluid dynamics, finite element and hydrocode software. The system will also run visualization software for the large data sets produced by the numerical computations as well as mesh generation software to produce large computational meshes for complex geometries. System installation, configuration, training, and demonstration are part of this effort. 2.0 REQUIREMENTS 3.1 System Installation, Integration, & Configuration The contractor shall install, integrate, and configure the machine on-site at NSWCDD (including all required software listed in "Linux Cluster- Technical Requirements List" document. 3.2 System Demonstration The contractor shall demonstrate functionality of the visualization server on a user/client workstation. The contractor shall execute the HPC Challenge Benchmark Tests on the system including a multi-hour HPL execution using every compute core. 3.3 System Training The contractor shall train an NSWCDD government employee on the installation and configuration of the Linux Operating System, Cluster Package, and Visualization Server. 3.0 Travel All contractor travel performed as a result of this contract shall be conducted in accordance with Joint Federal Travel Regulations. 4.0 Technical Point(s) of Contact Wayne Chepren 540-653-8012 Wayne.Chepren@navy.mil Joe Silber 540-653-2735 Joseph.Silber@navy.mil The equipment will provide the computer resources required to run computational physics software in support of physics-based Modeling and Simulation for a wide range of Navy and joint sponsors. The need for proven reliability and compatibility is essential for this requirement. CLIN 0001: Qty. 1 - LINUX Cluster in accordance with the above specifications. Unit of Issue for CLIN 0001 shall be EACH. Delivery Terms shall be FOB Destination (Dahlgren, VA) Delivery Time shall be: CLIN 0001 - 45 days ARO or less Linux Cluster- Evaluation Criteria: Proposals that meet all technical requirements (Enclosure: Linux Cluster- Technical Requirements List) will be evaluated on the following listed in order of priority: Technical Capability Total core count and overall relative performance (including processor speed, cache sizes, etc) Past Performance: Demonstrated past performance delivering and supporting turn-key high performance computing machines. Proven maturity of machine architecture including both hardware and software. Past deliveries of similar machines which have successfully run any of the following software: CTH, ALE3D, LS-DYNA. Price (Not-T-Exceed $579,300.00) The following provisions and clauses are applicable to this procurement: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: Lowest cost, technically acceptable quote will receive award Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 29 July 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 29 August 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Deborah.dobson@navy.mil. Email should reference Synopsis/Solicitation Number N00178-14-R-3042 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R3042/listing.html)
 
Record
SN03424841-W 20140716/140715000730-0aac9378347137c3438bfcbd2ea19e62 (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.