Special Notice
Request for Information Only
The Department of Veterans Affairs, NCO20 is looking for sources of the following.
STATEMENT OF WORK/SALIENT CHARACTERISTICS
Department of Veterans Affairs
Seattle VA Medical Center
Overview: Seattle VAMC requires Prospective contractors to provide the following Microway Xeon + GP100 WhisperStation. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to Microway Inc.
2 EA Microway Xeon + GP100 WhisperStation
Objective: Our objective is to provide Seattle VAMC with necessary equipment to provide the best care for our veterans.
Salient Characteristics
The Government requires the following characteristics to be met:
An acceptable workstation must have the following characteristics:
A NVIDIA CUDA card with the Pascal or Fermi architecture for computation. Card must meet the following specifications:
o Unified memory support
o At least 3000 CUDA cores
o At least 16 GB on-card memory
o Support for both single-precision and double-precision computation
o PCI-E 3.0 connection to the motherboard for fast data transfer.
A separate NVIDIA card for graphics display.
Must support NVIDIA CUDA v7.0 or higher.
Primary hard drive must be at least 500 GB in capacity.
Secondary hard drive must be at least 2 TB in capacity.
System must have at least 24 GB of total memory (RAM).
Must come with appropriate fan cooling for the various hardware. Fans must be very low-noise.
Must have expansion slots and motherboard capacity to support up to 192 GB of memory, for future expansion.
Must include a DVD/CD player.
Must run on Windows 7 64-bit.
Must be stress-tested at the factory for data integrity and performance.
The system must be compatible with both NVIDIA s CUDA programming platform and Mathworks s MATLAB software
This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis.
Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 12/18/2017 1:00 pm EST.
In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan
2017. The North America Industry Classification System Code (NAICS) is 334111. Business
Size Standard is 1250 Employees.
Contracting Office Address:
Department of Veterans Affairs
NCO 20 Acquisitions
5115 NE 82nd Ave Suite 203
Vancouver, WA 98662
Contracting POC
Gregory Watson
360-553-7602
[email protected]
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Bid Protests Not Available