SOURCES SOUGHT
A -- High Performance Computer (HPC) for scientific computing, specifically Computational Fluid Dynamics (CFD)
- Notice Date
- 5/13/2024 1:13:47 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-24-RFI-TG01
- Response Due
- 5/28/2024 1:30:00 PM
- Archive Date
- 06/12/2024
- Point of Contact
- Torrean Green, Phone: 2028759890
- E-Mail Address
-
torrean.j.green.civ@us.navy.mil
(torrean.j.green.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE (SSN)/REQUEST FOR INFORMATION (RFI) AND NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS SSN. This announcement is not a formal Request for Quotes (RFQ). This SSN/RFI is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued.� The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NRL shall arise as a result of a response to this SSN/RFI or NRL�s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement. All interested companies shall respond within 15 days from the date of this posting. LOCATION: Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375 OBJECTIVE: Procure a High Performance Computer (HPC) to support NRL Code 8200 research priorities. This HPC will be used for scientific computing, specifically Computational Fluid Dynamics (CFD).� General Requirements: The required supply is a HPC rack with compute clusters to be installed at NRL with all the appropriate networking, cooling requirements, and mechanical support requirements necessary for a typical computing system. The system should be a turn-key solution that is delivered to NRL, plugged into our specified location and immediately operational.� The system should generally have the following components:� ���������� At least 28 compute nodes with 48 processors per node, with 4 nodes per 2U chassis� ���������� 2 Login/Head nodes ���������� 1 storage node ���������� Appropriate networking to support scientific computing ���������� Appropriate power supply characteristics to support the system outfitted for a 208V 3-phase power supply ���������� Rack with actively cooled door ���������� Supporting software to allow operation of the system More details are specified in the system requirements document. NRL�s exact salient characteristic requirements are included as Attachment A1 to this RFI, companies should review this and respond accordingly addressing these requirements with their capability statements. REQUIRED CONTRACTOR RESPONSE FORMAT: Interested parties, at a minimum, shall supply all of the below required information within their Capability Statement. 1. CONTACT INFORMATION: a) Company Name and Address. b) Telephone number, address, and e-mail address of POC. c) Telephone Number and e-mail address. d) CAGE Code, and business size. e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us). f) Business Size Standard /Socioeconomic Categories. 2. TECHNICAL INFORMATION: a) Detailed list of capabilities/resources relevant to the attached requirement specifications. b) Questions for the Technical team regarding changes/suggestions to the draft Specification to add clarity.� (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification.) 3. COMMERCIALITY OF PROPOSED ITEM: a) Whether item(s) offered/proposed is a commercial item and customarily used by the general public or nongovernment entities for the other than Government purposes. b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. 4. PRODUCT DESCRIPTION: a) Provide a description of how the proposed product will meet or exceed each of the specifications, as it is anticipated that ultimate evaluation will be best values and a go/no go basis. b) Provide a product brochure and highlight the areas that meet or exceed specifications. 5. PAST PERFORMANCE: A list of contracts or task orders that are similar to that required under the attached Specification. 6. MULTIPLE AWARD SCHEUDLE CONTRACT: a) Indicate whether products and services are all available on a GSA contract, or similar vehicle. b) Provide applicable GSA or other contract number. 7. ADDITIONAL REQUIREMENT DETAILS: Responses should be no more than 5 pages. FAR PROVISION(S): FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning. (End of Provision) FAR 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) (a)� If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b)� To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- ���������� (1)� Meet the salient physical, functional, or performance characteristic specified in this solicitation; ���������� (2)� Clearly identify the item by- ��������������� (i)� Brand name, if any; and ��������������� (ii)� Make or model number; ���������� (3)� Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and ��� �������(4)� Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c)� The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d)� Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. �(End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d5db6291c844e609e2e3596db383387/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN07062545-F 20240515/240513230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |