Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2024 SAM #8293
SOURCES SOUGHT

99 -- Scalar GPU Server

Notice Date
8/9/2024 3:07:40 PM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
PANMCC24P0000019729
 
Response Due
8/16/2024 1:00:00 PM
 
Archive Date
08/31/2024
 
Point of Contact
Dayanna Wallace
 
E-Mail Address
dayanna.wallace.civ@army.mil
(dayanna.wallace.civ@army.mil)
 
Description
Changes to Specification. See attachments. THIS IS A Sources Sought Notice ONLY. �The U.S. Government desires to procure a Lambda Scala GPU Server for the United States Military Academy and Garrison at West Point, New York on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses in all socioeconomic categories, including 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is 334111- Electronic Computer Manufacturing. A need is anticipated to procure a Lambda Scala GPU Server, specifications as follows: Operating System: Ubuntu 22.04 - Includes Lambda Stack for managing TensorFlow, PyTorch, CUDA, cuDNN, etc. NVIDIA AI Enterprise License: NVIDIA AI Enterprise Essentials Subscription per GPU, EDU, 1 Year Processor: 2 x AMD EPYC 9654 (96 cores, 2.40~3.70GHz, 384MB cache, PCIe 5.0) GPU: 8 x NVIDIA H100 NVL, 94GB HBM3, PCIe Gen5 x16 Dual-Slot, Passively Cooled NVLINK: 12 x NVIDIA NVLink Bridge Memory: 1536GB | 24 x Hynix DDR5-4800 RDIMM - 64GB Operating System Drive: 1 x Samsung PM9A3 NVMe Gen4 M.2 SSD - 3.84TB Scratch Drive: 2 x Samsung PM9A3 NVMe Gen4 U.2 SSD - 7.68TB NIC: NVIDIA ConnectX-5 EN adapter card, 100GbE, dual-port QSFP28, PCIe 3.0 x16 TDP/BTU/PSU: External TPD= 4,831W | Internal TPD= 4,515W | Heat= 15,411BTU/h = 1.284 Tons of cooling | PSU config=(2+2) | PSU Wattage= 2,000 per PSU @208V+ | Ships with 4x C13-C14 power cords Native Network: Dual 10G RJ45 & 1G IPMI Lambda Scalar Hardware Support - 3 Year Standard: Three-year hardware warranty with Lambda technical support covering hardware issues Lambda Scalar System Support - 3 Year Standard: Three-year Lambda technical support covering software issues including Lambda Stack, ML frameworks, drivers, OS and BIOS This is a BRAND NAME requirement. In response to this source sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, SAM�s Unique Entity Identifier, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2.� Information to help determine if the requirement service/product is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 3.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 4.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, �if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 5.� Recommendations to improve the approach/specifications to acquiring the identified items. 6. Please send all responses no later than Monday 5 July 2024 at 1700 hrs. ET to Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, and be sure to include the Sources Sought Notice in your email subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c2ed8e3f2094b8dab01e7559c192d83/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07164902-F 20240811/240809230123 (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 |
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.