(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG000-10-15168 DG.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30.
(IV) This procurement will be set aside for small business if qualified responses are received. The associated NAICS code is 423430. The small business size standard is 100 employees.
(V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services:
This requirement is for a fully integrated turn-key system that includes all CLIN numbers listed in this solicitation. All components will be rack-mounted. The completed system will be delivered to the National Weather Center in Norman, OK.
CLIN 01: One 10-node computing cluster [One (1) head node and nine (9) compute nodes] with the following minimum specifications:
Head Node Server:
1x Dual Intel Xeon 5500/5600 motherboard with 12x DDR3 slots, 4 PCIe slots at least 1 of which is x16, dual GbE ports, video and IPMI
2x Intel Quad Core E5620 CPU 2.40 GHz w/12MB Cache
12GB PC3-10600 ECC DDR3 1333 MHz RAM
Capacity for at least 4 Hot-swappable SATA-II/SAS drives
2x 1TB SATA2 Hard Drive with minimum 64MB cache in RAID 1 configuration
1x 24x DVD+/- RW drive
1x 500W Power Supply
Compute Node Blades (x9):
1x Dual Intel Xeon 5500/5600 motherboard with 12x DDR3 slots, 1x PCIe x16, dual GbE ports, video, IPMI/iKVM and ConnectX DDR Infiniband
1x PCIe x16 Side Riser:
2x Intel Quad Core E5620 CPU 2.40 GHz w/12MB Cache
12GB PC3-10600 ECC DDR3 1333 MHz RAM
1x 500GB SATA-II Hard Drive with minimum 32MB Cache
Infiniband Switching:
1x 24-port IB 4x DDR copper cable switch, plus SDR/DDR cables to connect to all compute nodes.
Management Network:
1x 24-port 10/100 Ethernet Switch with 2x Gb uplinks, plus CAT6 cables to connect to all nodes and the gigabit network
1x Sliding rack-mount KVM with 17" LCD Monitor, keyboard with touchpad, 16-port stackable USB KVM switch and necessary cables to connect to all nodes.
Gigabit Network:
1x 24-port Layer 2 managed gigabit switch with 4 SFP connectors, plus CAT6 cables to connect to all nodes.
Rack and Power Distribution:
1x 42U 600mm wide x 1070mm deep enclosure with sides
3x 1U 20A/120V Rack-mount Power Strip - 10 NEMA 5-20P Receptacles
Blanking panels to cover any unused rack space
CLIN 02: Software
CentOS 5.x with latest updates (x86_64)
Intel Compiler Suite Professional Edition for Linux, including C/C++ and FORTRAN compilers and Math Kernel Library
MPICH2
MVAPICH2
Open MPI
Cloning software for OS/Software installation and imaging
Cluster management software
Ganglia cluster monitoring software
Grid Engine
CLIN 03: Hardware Support
3-year advance replacement warranty with minimum 8x5 coverage and ground shipping of replacement part(s)
Lifetime technical support on all hardware and software supplied by the vendor.
CLIN 04: Infiniband Support
3-year warranty support
(VI) No refurbished equipment will be acceptable.
(VII) Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. Delivery shall be 25 Days ARO, FOB Destination.
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition.
(IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Compatibility, 2) Price and 3) Delivery.
(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition.
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply:
(6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).
(16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2).
(17) 52.222-3, Convict Labor (June 2008) (E.O. 11755).
(18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169).
(19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
(29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d).
(30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169).
(32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury).
(37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
The following clauses under subparagraph (a) apply:
None in this subparagraph apply.
(XIII) The following clauses are also applicable to this acquisition:
52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov
The following other terms and conditions apply:
52.214-34 Submission of Offers in the English Language (Apr 1991)
52.214-35 Submission of Offers in U.S. Currency (Apr 1991)
52.211-6 Brand Name or Equal (Aug 1999)
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 9:00 A.M. CDT on January 19, 2010. All quotes must be faxed or emailed to the attention of Dena Grose. The fax number is (405) 325-1889 and email address is [email protected].
(XVI) Any questions regarding this solicitation should be directed to Dena Grose, (405) 325-6513, [email protected].