Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS

D -- 64+2 PROCESSOR TURN-KEY COMPUTING CLUSTER

Notice Date
May 3, 2001
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
ZIP Code
00000
Solicitation Number
9-BJ2-Z64-1-23I
Response Due
May 8, 2001
Point of Contact
Ann E. Bronson, Contract Specialist, Phone (281) 483-9889, Fax (281) 483-2138, Email ann.e.bronson1@jsc.nasa.gov -- Jessica C. Miller, Contracting Officer, Phone (281) 483-6792, Fax (281) 483-2138, Email jessica.c.miller1@jsc.nasa.gov
E-Mail Address
Ann E. Bronson (ann.e.bronson1@jsc.nasa.gov)
Description
NASA/JSC is hereby soliciting information for potential sources for a 64+2 Processor Turn-Key Computing Cluster. The following is a potential configuration. Hardware: Master Node Configuration: -- Rack mounted 4U Chassis and rails w/ 300 watt power supply -- Dual Pentium III, 1GHz, PC133 processors -- 2048 MB ECC SDRAM, PC133 -- 20 GB UDMA EIDE hard drive (7200 RPM) -- 8 MB SVGA Video Card -- Rack Mount monitor with keyboard and mouse -- 3.5" Floppy drive -- Intel 10/100 NIC -- Dolphin interfaces 32/64 and cables D335 64Bit/66MHz (1 PCI slot) -- 48X CD-ROM -- Adapted SCSI RAID, 3200S, Ultra 160 Dual Channel -- 5 Ultrawide SCSI (73 GB -- 10K RPM) hard drives and cables configured for RAID 5 -- Pre-loaded and configured, Linux, compilers, PBS and cluster management tools -- Integrated with cluster system 32 Compute Nodes Configured As Follows: -- Rack mounted 2U Chassis and rails w/ 300 watt power supply (2 PCI slot minimum) -- Dual Pentium III, 1GHz, PC133 processors -- 1024 MB ECC SDRAM, PC133 -- 20 GB UDMA EIDE hard drive (7200 RPM) -- Intel 10/100 NIC -- Dolphin interfaces 32/64 and cables D335 64Bit/66MHz (1 PCI slot) -- Pre-loaded and configured Linux and cluster management tools Racks and Networking: -- 2 19" rack cabinet/chassis (42U) -- 40 port HP Procurve 4000M fast Ethernet switch (or equivalent) -- 33 total (connecting all slaves and master) Dolphin interfaces and cabling Software: -- Pre-loaded/configured Red Hat Linux (kernel 2.2.14 or later) -- Pre-loaded/configured MPI, PVM and PBS -- Cluster management tools (see performance specifications) -- System Documentation/CD-ROM -- PGI Workstation compilers on master processor Service and Support: -- On-site system installation, integration, and training -- One year hardware warranty -- 60 days of phone support during regular business hours -- 30 days of dedicated engineering support during regular business hours Performance Requirements: a)The system is to be delivered as a turnkey Beowulf computing cluster. b)MPI implementation must provide full functionality of MPI-1 specification. c)Network bandwidth must sustain a minimum of 200 MB/s point-to-point transfer rate using MPI code for message sizes ranging from 1 MB to 64 MB in size between two distinct nodes. Additionally, intra- and inter-node latency for a point-to-point zero size MPI message should be no worse than 1e-5 seconds. d)Disk I/O bandwidth to local EIDE disks should be at least 10 MB/s sustained. Disk I/O bandwidth to RAID disks from master processor should be at least 100 MB/s sustained. Disk I/O bandwidth to RAID disks from compute nodes should be at least 8 MB/s. Disk I/O bandwidth measurements should be performed within a FORTRAN program, compiled with a Portland complier, and executed with a file size of at least 250 MB. e)PBS and parallel environment should be configurable as follows: -- Allow for multiple exclusive partitions of slave nodes. -- Permit inclusion of master processor in parallel computation with slaves. -- Accommodate day, night and weekend queues. f)Cluster management tools should provide remote monitoring and management capabilities for power cycling, rebooting and shutting down individual nodes. Tools should also perform temperature monitoring and allow for administrator notification if excessive temperatures exist or a node failure occurs. The system should also provide integrated disk cloning across the cluster. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact -- address and phone number). Technical and procurement related questions should be directed to Ann Bronson in writing via fax at(281)483-2138 or e-mail. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Ann Bronson no later than May 8, 2001. In responding reference 9-BJ2-Z64-1-23I. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BJ2-Z64-1-23I)
Record
Loren Data Corp. 20010507/DSOL007.HTM (D-123 SN50L0J3)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com