Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2017 FBO #5631
SOLICITATION NOTICE

70 -- HIGH PERFORMANCE GPU COMPUTER SYSTEMS

Notice Date
4/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-7297
 
Response Due
5/2/2017
 
Archive Date
6/1/2017
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(sylvia.paguio@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-17-T-7297. This requirement is set-aside for small businesses, NAICS code is 541512 and the size standard is 1,250 employees. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. BRAND NAME MINIMUM SPECIFICATIONS BELOW Clin 0001 GPU COMPUTER WITH MONITOR QTY: 1 EACH DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM CLIN 0001 MINMUM SPECIFICATIONS Minimum Specifications (Two GPU Computer Systems) GPU System #1 (with Monitor) 1. Computer Form Factor a. Upright Tower 2. Processor (CPU) a. Intel Xeon Processor E5-2630 v4 (10C, 2.2GHz, 3.1 GHz Turbo, 2133MHz, 25MB, 85W) (or better/later generation of Intel Xeon family) 3. Operating System: a. Ubuntu Linux 14.04 SP1 or later, or Centos 7 4. Video Card: a. NVIDIA Quadro P5000 16GB (4 DP, DL-DVI-D) (required component) 5. System Interface for Video Card: a. PCI Express 3.0 x16 6. System Memory: a. 64GB 2400MHz DDR4 ECC or better 7. Boot Hard Drive a. 512 SATA Class 20 Solid State Drive or better 8. HDD Controller a. Integrated LSI SAS 3008 12GB/s SATA/SAS controller or better 9. CD/DVD a. 8x DVD RW slimline 10. Network Card a. Integrated NIC 11. Processor Cooler a. Single processor air heat pipe 12. Hardware Support Services a. 3 Year Hardware service with onsite/in-home service after remote diagnosis 13. Monitor a. Diagonal viewing size : 31.5 inch b. Aspect ratio: 16:9 c. Panel type, surface: in-plane switching d. Optimal resolution: 3840 x2160 @ 60Hz e. Active Display Area (H x V): 273,996 sq-mm (424.7 sq-inches) f. Contrast Ratio: 1000 to 1 (typical), 2 Million to 1 (dynamic) g. Brightness: 300 cd/m^2 (typical) h. Response Time: 6ms fast mode i. Viewing Angle: 178 degrees vertical / 178 degrees horizontal j. Adjustability: tilt, swivel, height adjustment k. Color Support: 1.07 billion colors l. Pixel Pitch: 0.182 mm m. Backlight Technology: LED light bar system n. Display Type: widescreen panel display o. Display Screen Coating: anti-glare with 3H hardness p. Audio output: yes q. Color gamut (typical): 99.5% Adobe RGB, 100% sRGB, 100% REC709 and 87% DCI-P3 r. Dimensions (with stand): i. Height: 482.6 mm (19.0 inches) / 572.4 mm (22.5 inches) ii. Width: 749.9 mm (29.5 inches) iii. Depth: 214.0 mm (8.4 inches) iv. Weight (with packaging) : 15.2 kg (33.44 lb) s. Voltage Required: 100 to 240 VAC/50 or 60 Hz 3 Hz/1.7 A (Max.) t. Power consumption (operational): 70 W (typical), 93.4 W (Energy Star) u. Included: i. Monitor stand ii. Cable cover iii. Power cable iv. DP-DP cable v. mDP-DP cable vi. HDMI (MHL) cable) vii. USB 3.0 upstream cable viii. Drivers and documentation media ix. Setup guide x. Factory calibration report QTY: 1 EACH CLIN 0002 GPU COMPUTER GPU System #2 (No Monitor) MINIMUM SPECIFICATIONS 1. Computer Form Factor a. Upright Tower 2. Processor (CPU) a. Intel Xeon Processor E5-2630 v4 (10C, 2.2GHz, 3.1 GHz Turbo, 2133MHz, 25MB, 85W) (or better/later generation of Intel Xeon family) 3. Operating System: a. Ubuntu Linux 14.04 SP1 or later, or Centos 7 4. Video Card: a. NVIDIA Quadro P5000 16GB (4 DP, DL-DVI-D) (required component) 5. System Interface for Video Card: a. PCI Express 3.0 x16 6. System Memory: a. 64GB 2400MHz DDR4 ECC or better 7. Boot Hard Drive a. 512 SATA Class 20 Solid State Drive or better 8. HDD Controller a. Integrated LSI SAS 3008 12GB/s SATA/SAS controller or better 9. CD/DVD a. 8x DVD RW slimline 10. Network Card a. Integrated NIC 11. Processor Cooler a. Single processor air heat pipe 12. Hardware Support Services a. 3 Year Hardware service with onsite/in-home service after remote diagnosis QTY: 1 EACH DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM CLIN 003 SHIPPING QTY: 1 LOT To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US).Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. " Note: "Vendor must provide at time of submission of quote their authorized ADVANTECH distributor information (POC, phone number) and/or any documentation supporting that the items are actually coming from that distributor, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award." Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size/ NAICS Code: d. RFQ Number N66001-17-T-7297 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination. Ship to Address: APPLIED PHYSICS LABORATORY UNIVERSITY OF WASHINGTON 1013 NE 40TH STREET HENDERSON HALL (APL) SEATTLE, WASHINGTON 98105 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-16 Commercial and Government Entity Code Reporting 52.212-1, Instructions to Offerors, Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation 2013-O0019) (July 2014) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.223-15, Energy Efficiency In Energy-Consuming Products 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer; System for Award Management 52.232-40 Providing Accelerated Payment to Small Business subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 52.252-1 Solicitation Provisions Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7000, Disclosure of Information 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Offerors 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (FEB 2014) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations 252.209-7995 Representation by Corporations Regarding an Unpaid Tax Delinquent Tax Liability or a Felony Conviction- Fiscal Year 2013 Appropriation (APR 2013) 252.209-7997, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations (JAN 2013) 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 UID, Item Unique Identification & Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.237-7024 Notice of Continuation of Essential Contractor Services 252.203-7998 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; Representation (DEVIATION 2015-O0010) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS; REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113- 235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) This RFQ closes MAY 2, 2016 at 10:00 A.M., Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-T-7297. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96771f53f0b1533309bdbcd863871c07)
 
Record
SN04482031-W 20170424/170422233111-96771f53f0b1533309bdbcd863871c07 (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.