SOLICITATION NOTICE
66 -- Rackmount Server and Computing Processor - RFQ
- Notice Date
- 8/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-RFQ-15-566
- Point of Contact
- Keshia McDonald, Phone: 3014515042
- E-Mail Address
-
keshia.mcdonald@nih.gov
(keshia.mcdonald@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Small Business Set-Aside Brand Name or Equal Colfax Rackmount Servers and Computing Processor Title: NIDA IRP Rackmount Server and Computing Processor INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-RFQ-15-566 and the solicitation is issued as a request for quote (RFQ). ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code is 333314- Optical Instrument and Lens Manufacturing and the small business size standard is 500 employees. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. DESCRIPTION OF REQUIREMENT The National Institute on Drug Abuse (NIDA), part of the National Institutes of Health (NIH), is dedicated to understanding the causes, consequences and treatment of drug abuse. To meet this challenge, NIDA runs a research facility (Intramural Research Program, IRP) in East Baltimore whose mission is to better understand drug abuse and the many factors which may contribute to this enormous societal problem. The brand name or equal Colfax Rackmount Servers and Nvidia Tesla Kepler K80 Computing Processors will be used within the Medicinal Chemistry Section of the Molecular Targets and Medications Discovery Branch for research in studying the computational structural biology of membrane proteins. NIDA IRP requires eight (8) Rackmount Servers and three (3) Computing Processors. Project Requirements Specifically, required are the following: The Colfax brand name or equal servers must have the uniqueness of the implementation of high-density GPU (graphics processor unit) computing techniques that allows for a large number of GPU into a relatively small rack space with efficient communication and heating solutions. Specifically for the servers in this order, for each server, it is 4 GPU + 32 CPU cores in a server that occupies only 2U rack space. The server must be compatible with and integrated into NIDA IRP's current high-performance computing (HPC) infrastructure. In addition, the servers must consist of: 1 pcs.. Colfax CX2475a-X6 2U Rackmount Server 2 pcs. Intel Xeon E5-2698V3 16C/32T 2.3Ghz 9.6 GT/s 40 mb 135w 8 pcs. DIMM 16384mb 2133 MHz Registered ECC DDR4 2 pcs. Intel DC S3500 Series 480gb SSD SATA 6.0 Gb/s 2 pcs. Seagate 2.5 Constellation 1000gb 7200 RPM 64mb Cache SATA 6.0Gb/s 4 pcs. Nividia Tesla Kepler K80 Computing Processor 1 pcs. Mellanox Connect X-3 VPI MCX 354A-FCBT FDR QSFP Dual Port PCI-E x 8 8.0GT/s Anticipated Delivery Date It is expected that delivery of the equipment and associated information will be completed approximately no later than September 30, 2015. Contract Type The Government expects to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use the Best Value method of Lowest Priced, Technically Acceptable to make an award. The following factors shall be used to evaluate offers: (1) Technical Specifications (100%) The Offeror shall detail in its technical proposal how it meets the technical specifications required in the requested equipment. This shall include the specifications of the offered equipment. (2) Price (b) A written notice of award or acceptance of an offer emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR clause at 52.211-6 Brand Name or Equal There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. RESPONSE FORMAT Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. The price proposal must include the unit price and the total price for the small molecules. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by August 24, 2015, 5:00 p.m., Eastern Standard Time, and must reference number HHS-NIH-NIDA-RFQ-15-566. Responses may be submitted electronically to Keshia McDonald, Contract Specialist at keshia.mcdonald@nih.gov. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-RFQ-15-566 /listing.html)
- Place of Performance
- Address: Baltimore, Maryland, United States
- Record
- SN03839454-W 20150816/150814235252-4c32f40b4504faef4e728e3fc50a5ea6 (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 |