Compute Node
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial item prepared in accordance with the format ... PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-19-Q-1635. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the Compute Node as specified in Attachment 1 Specifications. Refer to the attached Specifications, which are comprised of Brand Name No Substitutions items and Brand Name or Equal Items. •(1) Rack Mounted Server Configured as Follows PART DESCRIPTION BRAND QTY Chassis Advanced HPC Mercury T408 4U tower server Advanced HPC Mercury or Equal 1 Mounting kit Rackmount Rail kit for standard 24 inch Rack Same brand name as the chassis or compatible 1 Motherboard The motherboard must be capable of supporting the following: •· Dual Socket P (LGA 3647) Supports Intel Xeon Scalable Processors, Dual UPI up to 10.4 GT/s •· Memory Capacity: Up to 2TB ECC 3DS LRDIMM, up to DDR4-2666 MHz; Sixteen DIMM memory (all memory cards populated to meet system requirements) •· PCI-E: Four (4) PCI-E 3.0 x 16 slots; Two (2) PCI-E 3.0 x 8slots •· Disk Space Support: Eight (8) x 3.5 inch hotswap SATA drive bays w/RAID 0, 1, 5, 10 •· Two (2) fixed 2.5 inch NVMe/SSD/HDD •· Two (2) M.2 Support •· Three (3) peripheral 5.25 inch bays •· One External drive bay for DVD-ROM drive, slim optical slot •· Network support: Two 1GbE LAN Ports with Intel x722 •· USB: 4 USB 3.0 ports; Onboard Video: PCIe VGA/2D Controller Supermicro or Equal 1 CPUs Intel Xeon Gold 6144 3.5 GHz, Eight-Core, DDR4 up to 2666MHJz 150W processor Brand Name no Substitutions 2 Memory Memory compatible with Intel Xeon Gold 214502 6144 3.5 GHz, Eight-Core and DDR4 up to 2666MHJz 150W processor Brand Name or Equal 16 Power Supply 1280W Redundant Power Supplies Platinum Level 94% Must meet Govn't Minimum Specification 1 RAID Controller Intel® C621 controller for 14 SATA3 (6 Gbps) ports; RAID 0,1,5,10 Intel or Equal 1 Storage 1 TB 860 Pro Series SATA III 2.5 inch Solid State Drive (SSD) SAMSUNG V-NAND 2bit MLC Brand Name or Equal 4 Storage 512 GB SAMSUNG 960 Pro NVMe Series M.2 PC-Express 3.0 x4 Solid State Drive (SSD) Brand Name or Equal 3 Graphics Card PNY Quadro M6000 24 GB 384-bit GDDR5 PCI Express 3.0x16 Dual Slot Workstation Brand name or Equal 1 Ethernet Adapter Card ConnectX-3 EN Pro Network Interface Card, 40/56GbE Dual-Port QSFP Brand name no substitutions 1 Cables Power Cord Type IEC (C14 to C13) 3 ft (14AWG), 15A, 250V Brand Name or Equal 1 DVD-ROM LG 16X SATA Blu-Ray Internal Rewriter Brand Name or Equal 1 TPM Module Trusted Platform Module Shall be compatible with motherboard 1 System Footprint All Items must fit within 14 U of 19-inch Rack Space N/A N/A Server Hardware Warranty Three (3) year warranty from time of delivery and shall include the following: •• Phone support •• Next business day parts •• Failed disk replacement program allowing the Government to retain the failed drive for destruction and only provide a photocopy of the label for proof of failure. •• Original Equipment Manufacturer (OEM) part replacements. No on-site support representative is required. Successful Offeror on Computer Node and OEM parts 1 New equipment ONLY, No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This procurement is solicited as a 100% Small Business Set-Aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-101. The provision at FAR 52.209.11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law and FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the brand names requirements specified, in the required quantities; and (2) the offeror must provide a specification sheet for all brand name or equal to items for technical review. The required delivery date is 25 days after receipt of order (ARO). Offerors shall include applicable shipping charges - FOB Destination, Newport, RI 02841. Offerors must be actively registered in System for Award Management (SAM). Registration information can be found at https://www.sam.gov If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Please provide a quote no later than 2:00 PM EST, 25 June 2019 to Michael.ouellette@navy.mil. Attachment (1): Brand Name Specification
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »