SOLICITATION NOTICE
D -- Technical and Management support services for High Performance Computing (HPC) systems hardware and software.
- Notice Date
- 9/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W912CH-08-C-L534
- Response Due
- 9/26/2008
- Archive Date
- 11/25/2008
- Point of Contact
- Jon Neill, 586-574-7860<br />
- Small Business Set-Aside
- N/A
- Description
- I. INTRODUCTION A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. B. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16, Effective 22 Mar 2007. C. Basis for award It is proposed to award a new Firm Fixed Price contract to purchase 12 months of software maintenance support for the SGI software from SGI Federal on a sole source basis. II. GENERAL A. Supplies/Services: Full Care maintenance provides comprehensive support for the SGI systems at TARDEC. SGI hardware and software experts will resolve problems quickly and efficiently if any of the SGI hardware here at TARDEC is damaged, needs troubleshooting or complete replacement. Also any software updates and replacement parts will be available to TARDEC within one business day with a priority response with phone support included for issues that do not need on-site assistance. Fullcare maintenance on the following Software products: System 1: STK L700e library with 384 media, Single port 2 Gbit FC host bus ada,IBM LTO gen-2 FC tape drive for L, Device driver for IBM LTO FC drive, BM LTO gen-2 FC tape drive for L, IBM LTO gen-2 FC tape drive for L IBM LTO gen-2 FC tape drive for L System 2: SGI Onyx 3900 Graphics System, i, OpenGL Performer 2.5 for Irix 6.5 IRIX 6.5 Advanced Workstation En, Single 2m NUMAlink cable, for con Onyx 3900 Cx-brick, one 4x700MH, System disk for use in SGI 3000 s 2GB Meta-memory (2 DIMM's x 10, PCI dual port Ultra3 SCSI LVD or s 1-port copper Gigabit Ethernet card, Onyx 3900 node board for CX-brick Onyx 3900 node board for CX-brick, SGI TP900 Base Unit SGI TP900 36GB 15K rpm Ultra32, 2Gbit FC switch, 16 ports with redu 2-port PCI serial card (RS-232/RS-, 3P SUPPORT ONLY LSF UNIX TP9100 180GB 7200 RPM Fibre D, 8 Channel Digital Audio PCI Card PCI single channel optical Fibre Ch, Device driver for IBM LTO FC drive XFS XLV VOL PLEX RTU 2.0, ProDev Workshop 2.9 for IRIX 6.2 CD-ROM Update Media requireme, 1-Port copper Gig. Ethernet for Oct SGI TP9100 2nd controller w/128M, 38U Rack for the SGI TP9100 TP9100 180GB 7200 RPM Fibre D, Performance Co-Pilot - Performanc MIPSpro Auto Parallelizing Option, MIPSpro C++ Compiler 7.3, Nodel MIPSpro C Compiler 7.3, Nodelock, MIPSpro F77 Compiler 7.3, Nodelo MIPSpro F90 Compiler 7.3, Nodelo, Performance Co-Pilot Collector 10 Performance Co-Pilot Visualization, SGI TP9100 CD-ROM with Docs, T ParRemanufactured TP9100 180GB 7, Remanufactured SGI TP9100 Exp SYSTEM 3: Onyx 350 InfinitePerformance NU, 39U rack for new Onyx 300/350 sy 2GB system memory (2x1GB DIM, Origin/Onyx 350 18GB 15k RPM s Origin350/Onyx350/Tezro RM inter, 1-port copper Gigabit Ethernet card 8 Channel Digital Audio PCI Card, 24 CRT monitor IRIX 6.5 Advanced Workstation En, Origin/Onyx 350 Redundant Power 24 MONITOR FOR OCTANE2 AN, 4x 700MHz/4MB Onyx 350 comput MIPSpro F77 Compiler 7.3, Nodelo, MIPSpro F90 Compiler 7.3, Nodelo MIPSpro Auto Parallelizing Option, MIPSpro C++ Compiler 7.3, Nodel MIPSpro C Compiler 7.3, Nodelock,OpenGL Performer 2.5 for Irix 6.5 Right To Use Update Media requir, ProDev Workshop 2.9 for IRIX 6.2 1-Port copper Gig. Ethernet for Oct, PERFORMANCE CO-PILOT CD 1. SGI TP900 Base Unit, SGI TP900 36GB 15K rpm Ultra32 B.NOTE 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and Capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Quotations must be received by TACOM no later than 4:00 P.M EST, 2008 SEP 26. Email quotations to jon.neill@us.army.mil. Contractors must be listed in the Central Contractor Registry. Refer to website www.ccr.gov for registration information. Questions are requested via email, addressed to Jon Neill at jon.neill@us.army.mil. III. SOLICITATION PROVISIONS AND CONTRACT CLAUSES. The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: 52.204-7, CCR Registration 52.212-1, Instructions to Offerors -- Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Items 5, 14, 15, 16, 17, 18, 19, 20, 26, 31) 52.229-1, State & Local Taxes 52.232-33, Payment By EFT 252.232-7003, Electronic Submission 52.247-34, F.O.B. Destination 52.252-2, Clause Incorporated by Reference 52.211-4000, Marking of Shipment 52.239-4002, 508 Compliance 52.232-4007, Wide Area Work Flow (WAWF), Codes, And Designated Acceptors The FAR and complete text of these clauses can be accessed at: http://farsite.hill.af.mil The following clauses from the Defense Federal Acquisition Regulation (DFAR) apply to this synopsis/solicitation: http://farsite.hill.af.mil/VFDFAR1.HTM 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Items: 252.225-7001 252.225-7016 with ALT I 252.232-7003 252-211-7003
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3d7ccd2594f5f2f8ec9eea2b68f9268&tab=core&_cview=1)
- Place of Performance
- Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI<br />
- Zip Code: 48397-5000<br />
- Zip Code: 48397-5000<br />
- Record
- SN01677926-W 20080924/080922220231-c3d7ccd2594f5f2f8ec9eea2b68f9268 (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 |