Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2024 SAM #8330
SOLICITATION NOTICE

B -- Notice of Intent Sole Source: Developing an Innovation Methodology for Measuring the Value & Scientific Return on Investment (ROI) of Leadership Computing

Notice Date
9/15/2024 7:24:43 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NNSA NON-MO CNTRCTNG OPS DIV ALBUQUERQUE NM 87185 USA
 
ZIP Code
87185
 
Solicitation Number
89233124RNA000255
 
Response Due
9/23/2024 9:00:00 AM
 
Archive Date
10/08/2024
 
Point of Contact
Danielle Tapp, Kwanita Brown
 
E-Mail Address
danielle.tapp@nnsa.doe.gov, kwanita.brown@nnsa.doe.gov
(danielle.tapp@nnsa.doe.gov, kwanita.brown@nnsa.doe.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FEDERAL AGENCY NAME: Department of Energy (DOE) / National Nuclear Security Administration (NNSA) PROPOSED CONTRACT ACTION NOTICE: This notice is NOT a request for proposals (RFP) and proposals should NOT be submitted at this time. PROPOSED SOLICITATION NUMBER: 89233124RNA000255 NAICS CODE: 541990 � All Other Professional, Scientific, and Technical Services PRODUCT/SERVICE CODE (PSC): B506 � Special Studies/Analysis- Data (Other Than Scientific) DESCRIPTION: This notice of proposed contract action that will create a study to produce an innovative method for leadership computers. NNSA has a need to develop a report containing an innovative method for measuring and showing the value and scientific ROI of investments in leadership computers. The goal is to show the value and returns from scientific research, R&D and other accomplishments made through the use of largescale advanced computing at leadership sites. This report will use a developed framework to show the broad value of investing in leadership computing and proposes to use it as a consistent measurement approach to show the value, using multiple metrics under five primary categories: 1. Advancing science -- Scientific discovery, innovations and research results. 2. Advancing engineering -- Designing and building new physical things like aircraft, rockets, cars, bridges, power plants, accelerators, cell phones, chips, etc. 3. Economic growth� - Job creation, GDP growth, new start-ups, etc. 4. Saving lives -- Weather and disaster reduction projects, finding cures for diseases. 5. National security -- Ecosystem to support defense and intelligence research agenda. � In accordance with FAR 15.203(e), the Government may issue a Letter RFP in sole-source circumstances.� This contract action will be a sole source to Hyperion Research Holdings, LLC pursuant to statutory authority 41 U.S.C. 3304(a)(1), as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.�� TYPE OF CONTRACTS/INSTRUMENTS: The Government intends to award a single Firm-Fixed Price (FFP) contract with an eighteen (18) month base period. However, NNSA does reserve the right to make multiple awards. �It is anticipated that a contract award will be made on or around September 30, 2024. POINT(S) OF CONTACT: All questions shall be addressed to the Contract Specialist, Danielle Tapp, at danielle.tapp@nnsa.doe.gov, with a copy to the Contracting Officer, Kwanita Brown, at kwanita.brown@nnsa.doe.gov for review and resolution by the Government. The Contracting Office Address is as follows: National Nuclear Security Administration, Headquarters Services Acquisition Branch, 1000 Independence Avenue, SW, Washington, DC 20585. No telephone requests, or questions, will be accepted. DISCLAIMER: The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose. No proposal submittal expenses will be reimbursed. The Government does not intend to acquire a commercial item using FAR Part 12.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8edfbd5e17d04481a195982d552ba2fc/view)
 
Place of Performance
Address: Saint Paul, MN 55102, USA
Zip Code: 55102
Country: USA
 
Record
SN07211421-F 20240917/240915230059 (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.