SOLICITATION NOTICE
70 -- Servers
- Notice Date
- 5/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2162
- Archive Date
- 6/15/2018
- Point of Contact
- Nicholas P Sanginario, Phone: 4018326587
- E-Mail Address
-
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-2162. This requirement will post for less than 30 days. The minimum specifications that products must meet or exceed are below. All offers must include a detailed product specification sheet that demonstrates your products will meet all the required minimum specifications. The Naval Undersea Warfare Center, Division Newport ("NUWCDIVNPT") is seeking a Firm Fixed Price ("FFP") quote for the following: Two (2) servers which meet or exceed the following requirements: General - Support for 3-D graphics in multiple Red Hat/KVM virtual machines - Easy interconnection and integration with external computer systems Enclosure - Modular system - Each enclosure has a 4U form-factor - Each enclosure is configurable to be rack-mountable - Each enclosure is configurable to be free-standing - Processing and secondary storage in the same enclosure - Enclosure back-plane can support up to 4 GPU accelerator cards Processing - Dual CPU per processing node - Minimum 18 cores per processor (36 cores per node) - Minimum two computing nodes Microprocessor (CPU) - 64-bit instruction set - Minimum clock rate: 2.0 GHz - Minimum number of cores: 18 - Minimum number of threads: 36 - Minimum Level 3 cache size: 24 MB - Minimum supported address space: 768 GB - Minimum memory speed: 2666 MHz - Maximum Thermal Design Power (TDP): 140 W Memory - Minimum 512 GB DDR4 DRAM memory per node Secondary Storage - Minimum one 512 GB NVMe Disk-on-a-module to separate node boot volume from secondary storage volumes - Minimum 2 TB drives - Minimum 8 TB aggregate storage on a node - Solid-state drive technology for higher reliability and more predictable failure characteristics than electromechanical drives. Network Interface - Minimum of one network interface card per enclosure - Four-port optical (SFP+) 10 Gb/sec Ethernet (40 Gb/sec aggregate bandwidth per node) Display Card - Minimum of one display card per enclosure - Minimum GPU Memory: 2 GB GDDR5 - Memory Interface : 64-bit - Memory Bandwidth: 32 GB/s - System Interface PCI Express: 3.0 x16 - Maximum Power Consumption: 30 W - Display connector type: mDP 1.4 - Minimum number of display connectors: 3 - Number of displays supported: 3 Graphics Processing Unit (GPU) Accelerator - Minimum of one accelerator card per enclosure - Support for OpenCL, OpenACC, DirectCompute, CUDA programming libraries - Minimum number of compute cores: 5000 - Minimum double-precision performance: 7 TFLOPS - Minimum single-precision performance: 14 TFLOPS - Minimum GPU Memory: 16 GB HBM2 (ECC) - Minimum memory bandwidth: 900 GB/sec - System interface: PCIe Gen3 - Form-factor: PCIe Full Uninterruptible Power Supply (UPS) - Maximum one enclosure - Maximum configurable output power: 4.2 KWatts / 6.0 kVA - Output connections: - (4) IEC Jumpers (Battery Backup) - (2) IEC 320 C19 (Battery Backup) - (8) IEC 320 C13 (Battery Backup) Network Cabling - Minimum of eight cables - Full duplex, active optical cable - SFP+ terminations New equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Required delivery is 30 days After Receipt of Order. Offerors shall include shipping charges, if applicable, F.O.B. Destination to Newport, RI 02841. This requirement is being solicited as a 100% Small Business set-aside requirement under North American Industry Classification System (NAICS) Code 334112, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The applicable size standard is 1,250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. FAR 52.212-1 “Instructions to Offerors-Commercial Items” and FAR 52.212-3 “Offeror Representations and Certifications Commercial Items” apply. FAR 52.212-4 “Contract Terms and Conditions-Commercial Items,” 52.212-5 “Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items,” 52.209-11 “Representation by Corporations Regarding Delinquent Tax also apply to this solicitation.” DFARS 252.204-7008 “ Compliance with Safeguarding Covered Defense Information Controls”, 252.204-7012 “Safeguarding Covered Defense Information and Cyber Incident Reporting” and 252.204-7013 “Limitations on the Use or Disclosure of Information by Litigation Support Offerors” apply to this solicitation. DFARS Clause 252.211-7003 Item Identification and Valuation applies to any quoted item with a per unit value which exceeds $5,000.00 USD. This requirement is exempt from Electronic and Information Technology (EIT) Section 508 requirements. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable offer. In order to be determined technically acceptable: (1) the offeror must quote items in their required quantities meeting or exceeding the minimum specifications; (2) the offeror must submit detailed specifications sheets; and(3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (currently, Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. The Government's preferred payment method is via credit card. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. Offerors shall include price, delivery terms, detailed product specification sheets that demonstrates your products will meet all the required minimum specifications and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. Offers must be submitted via email to Nicholas.sanginario@navy.mil. Offers must be received on or before 2:00 p.m. on 31 May 2018. For questions pertaining to this acquisition, please contact Nick Sanginario by email: Nicholas.sanginario@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2162/listing.html)
- Place of Performance
- Address: TBD, Newport, Rhode Island, 02841, United States
- Zip Code: 02841
- Zip Code: 02841
- Record
- SN04933446-W 20180526/180524230439-517fc305a1c9955b982562e7d97f81b1 (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 |