NIST Assembled Server Hardware
Solicitation Amendment 0001: The purpose of this amendment is to provide answers to anonymized contractor questions. The solicitation closing date / quotation due date remains unchanged. ____________ ... Solicitation Amendment 0001: The purpose of this amendment is to provide answers to anonymized contractor questions. The solicitation closing date / quotation due date remains unchanged. ____________ This is a Combined Synopsis / Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation of Commercial Items - as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 - Information Technology Value Added Resellers. The small business size standard is 150 employees. This acquisition is issued as a total small business set aside. DESCRIPTION OF REQUIREMENTS Background The DIVA program seeks to develop robust automatic activity detection for a multi-camera streaming video environment. Activities will be enriched by person and object detection. DIVA will address activity detection for both forensic applications and for real-time alerting. NIST will run an independent software evaluation for the DIVA performers in-house at NIST on sequestered data. Assembled server hardware is required to run this evaluation. Objectives The purpose of this acquisition is to procure assembled server hardware to run the DIVA Project evaluation. Eight (8) assembled servers will be acquired to serve as compute nodes for the DIVA compute cluster. Required Specifications The contractor shall provide eight (8) assembled server systems in accordance with the minimum specifications identified in the table below. Note that the chassis requirement is a brand-name-or-equal requirement. The other minimum specifications are not brand-name-or-equal requirements. Quantity Eight (8) assembled systems each meeting the requirements identified in this table Chassis Asus Brand Name or Equal (1 required) 2U rack mountable server chassis Adjustable rail mounting hardware Processor (2 required) 2.2GHz (3.2Ghz boost) 4214 12-Core 17M 85W Processor Memory (12 required) 16GB DDR4-2400 ECC RDIMM Hard Drives (2 required) 2TB or better 2.5" Internal Enterprise or Data Center SSDs installed (OR Two (2) 1.92 TB Enterprise or Data Center SSDs, installed, are also acceptable) (6 required) empty sleds for future storage Power (2 required) 1+1 Redundant 1600W 80 PLUS Platinum Power Supply 100-127Vac,12.9A,1000W 200-240Vac,9.5A, 1600W Networking (2 required) Network Controller x550-T2 10GbE card installed [this is two cards, not two ports] (2 required) 1GB base-T LAN, built in LAN Port (1 required) IPMI port (4 required) 10ft Cat6a or Cat7 10GbE compatible network cables (blue) (1 required) 10ft Cat6a or Cat7 10GbE compatible network cables (red) GPU (4 required) 2080Ti Graphics card, Turing Architecture, 11 GB GDDR6 memory speed min: 14 Gbps, 11GB memory, 4352 CUDA cores, Base clock 1350mhz, Boost Clock 1545mhz or better, blower style fan Warranty Three Year Parts Warranty Operating System None. Motherboard (1 required) Any motherboard compatible with the above requirements. Delivery Delivery of the assembled servers shall be made F.O.B Destination to the NIST location in Gaithersburg, MD, 20899 within thirty (30) days after contractor receipt of order. Installation of the assembled servers is not required. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nist.gov. Questions must be received by or before 11:00 AM ET on April 30, 2019. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision). DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Ms. Lauren Phelps, Contract Specialist, at Lauren.Phelps@nist.gov. Submission must be received not later than 1:00 PM ET on Friday May 3, 2019. REQUIRED SUBMISSIONS 1. For the purpose of evaluation of Technical Capability: The quotation must clearly include eight systems, in accordance with the minimum product specifications identified in the Description of Requirements. All quoted products must be able to fit together to result in working systems. The quotation must also indicate ability to meet delivery requirements (delivery within 30 days ARO). 2. For the purpose of evaluation of Price: A firm-fixed price quotation for the identified line item. The price must be for F.O.B Destination / must include any delivery fees. 3. Contractor DUNS DUNS shall be used to verify the offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. CONTRACT LINE ITEM STRUCTURE: Responsible Offerors shall provide pricing for the following line item: LINE ITEM 001: Contractor provision of hardware for eight (8) servers in accordance with the Description of Requirements, Inclusive of any Delivery Fees EVALUATION CRITERIA AND BASIS FOR AWARD In accordance with FAR 52.212-2: Evaluation - Commercial Items as included in the attached Applicable Provisions and Clauses document, the Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, is the Lowest Price Technically Acceptable quote. Technically acceptable means that the quotation meets the following requirements: 1. Quotation clearly includes all products, including brand name or equal products, in accordance with the required specifications and quantities, as identified in the Description of Requirements. All quoted products are able to fit together to result in working systems. 2. Quotation meets delivery requirements (Delivery within 30 Days ARO) Price must include any delivery fees. Price will be evaluated for reasonableness.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »