Workstations
Amendment 0009: The purpose of this amendment is to extend the RFQ closing date from 8 July 2019 to 10 July 2019 at 1400 EST. As a result of this extension, the Government is requesting all vendors pr... Amendment 0009: The purpose of this amendment is to extend the RFQ closing date from 8 July 2019 to 10 July 2019 at 1400 EST. As a result of this extension, the Government is requesting all vendors provide updated quotes that acknowledge Amendment 0009, by RFQ close, in order to be considered for award. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0008: The purpose of this amendment is to answer the following questions: Q: In regards to the Network switches: will full duplex - 3.2TBps Switching Capacity satisfy the "Switch Throughput 6.4 TB/s"? A: Yes, that is sufficient to meet the Government's requirements. Q: The 10TB HDDs come in a 3.5in format. However, the 1u chassis that we have in mind comes with 4 x3.5HDD bays only which means there is no room to install a 2.5in GB SSD and make it hot-swappable. Can these two 256GB SSDs be fixed drives or are you looking at M.2 SSDs which can be mounted directly on the motherboard? A: Due to operating system support, the Government requires the system configuration to contain two (2) traditional 256 GB SATA/SAS based SSD's instead of M.2 SSD's. These devices DO NOT need to be hot swappable and can be fixed mounted internally if necessary. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0007: The purpose of this amendment is to: 1. Answer the following question: Q: In the Cabling Section, related specificalyl to the 10GBase-T SFP+ RJ45 Transceivers, is the required number 8 or 11? A: The Government is requesting 11 in total (8 for the workstations, and 3 for the authentication servers). 2. Extend the RFQ closing date to Monday, 8 July 2019 at 1400 EST. All other combined synopsis/solicitation terms and agreements remain unchanged. Amendment 0006: The purpose of this amendment is to extend the closing date of the RFQ from 03 July 2019 to 05 July 2019 at 1400 EST. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0005: The purpose of this amendment is to answer the following question: Q: This is for the Qty 8 Storage Nodes: Two (2) Current Generation x86-64 compatible server class CPU(s) with 18+ cores @ 2.8GHz utilizing the Socket P (LGA 3647) interface and support Hyper-threading (HT) technology. Does the Government require 2x CPU's that added together total (18+ cores)? Or does the Government want 2x CPU's and each processor has at least 18 core or more (totalling 2x CPU's being 36+ cores)? A: Each CPU would require no less than 18 cores, with two physical processors installed totaling a minimum of 36 available cores (18 cores per CPU x2 physical CPU's). All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0004: The purpose of this amendment is to update the specification for the Switches, cabling/accessories minimum requirement. Attachment #1 has been updated to reflect the minimum requirement change for the Switches, cabling/accessories specification. The closing date of this combined synopsis/solicitation is hereby extended from 27 June 2019 to 03 July 2019 at 1400 EST. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0003: The purpose of this amendment is to answer the following questions: Q1: Do all 32 ports need to support 10GbE/25GbE/40GbE/100GbE or can it be a mix and match of the speeds? If this is the Navy do they require TAA? A1: The switch ports do not have to operate at those specific speeds simultaneously, in fact most will either be operating at 10GbE or 40GbE transfer rates respectively. Traditionally speaking, what determines the operating mode is the transceiver/media converter, EUD's (End User Device) network card, and physical interface (cabling) between the two. To be specific, the Government requires a switch that has the capability of operating at 40GbE on all ports and the slower 10GbE speed when using the appropriate media converters (most 40/50/100GbE ports can operate at slower speeds depending on the transceiver). These would require TAA before committing to a purchase; however, all the Government requires is support documentation that outlines the devices technical specifications. Q2: Is the Government going to be using any protocol other than Ethernet for this setup? All the servers and workstations mention the requirement of "Converged Network Adapter". Please provide further clarification to what do these adapters will require to support: a. Infiniband and Ethernet OR b. FCoE and Ethernet OR c. Just Ethernet A2: Ethernet only. Q3: We are going to be upgrading network adapter ports and switch ports from QSFP+ to QSFP28 to make them future ready. QSFP28 ports are backward compatible and can work with QSFP+ transceivers to support legacy network. Please confirm this is acceptable. A3: Yes, this is technically acceptable so long as the vendor provides supporting documentation, which demonstrates their claim of compatibility. Q4: Storage nodes require Quad Port 40 Gigabit QSFP+ Adapter. Can the Government accept 2x Dual Port Adapters? A4: Yes, the Government will accept dual port network adapters, so long as they are compatible with associated cabling/transceivers paired with to switch. Q5: Any RAID required for QTYx 3 1U servers for 4x 10TB DATA drives? A5: No, NUWC technicians will configure the storage layout without any assistance from the vendor. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0002: The purpose of this amendment is to answer the following question: Q1: Any specific manufacture needed for the specifications mentioned like Dell / HP / IBM ? Please advise. A1: There is no brand name requirement. Q2: Regarding the workstations, for requirement number one (1) graphic card, 4+GB DDR5. What is the number of Cuda Cores required and the (Peak Single Precision FP32 Performance) TFLOPS required? A2: The Government requires a graphics card with enough bandwidth to push two 4K displays simultaneously at a refresh rate of no less than 60 Hz. While the intent is to use this device for the purpose of display rendering/visualization only, the device should contain a minimum of 1792 CUDA cores (or equivalent), 4 Gigabytes display buffer, and offer a peak compute capability, which exceeds two TFLOPS with SP FP32 datatypes. Q3: Regarding the workstations, for number two (2) Graphic Card, 16+GB (HBM2), What is the number of Cuda Cores required and the (Peak Single Precision FP32 Performance) TFLOPS required? A3: The minimum number of CUDA cores for these graphics cards configuration is 5,120 and 640 Tensor cores with and expected peak performance level greater than or equal to 14 TFLOPS when working with SP FP32 based datatypes. Q4: For the Network Interface Cards (NIC), it states Dual Port 10/40 QSFP+ Converged Network Adapter, and then it states that the NIC must support traditional 10GbE copper connections (Cat6a and Cat7 STP Cabling). What is the required interface for the NIC port? Will NUWC Newport use a (QSFP+ to RJ45 Transceiver module), and will that transceiver module be required to be included, or does the NUWC Newport already have these transceiver modules? A4: Correct, the Government's intent is to utilize transceivers at the switch, which convert QFSP+ connections to traditional Ethernet (eight transceiver's would be required in total). Q5: What is the Operating System Required? The OS is not listed, does that mean the NUWC Newport will provide their own OS and install on their own? A5: NUWC will provide, install, and configure an operating system on these devices. However, we require that the systems motherboard and chipset be compatible with Red Hat Enterprise Linux 7.6+ operating system. Q6: For the servers hard drive requirement of 10TB, what is the required GB/s? A6: The Government requires that each drive is capable of supporting a max-sustained transfer rate OD of approximately 240+ MB/s. Q7: For the storage hard drive requirement of 10TB, what is the required GB/s? A7: The Government requires that each drive is capable of supporting a max-sustained transfer rate OD of approximately 240+ MB/s. Q8: What is the Operating System Required? The OS is not listed, does that mean the NUWC Newport will provide their own OS and install on their own? A8: NUWC will provide, install, and configure an operating system on these devices. However, the Government requires that the systems motherboard and chipset be compatible with Windows Server 2016 operating system. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0001: The purpose of this amendment is to answer the following question: Q: Does the solicitation require Mil-Std qualifications (shock, vibration, emi, etc.) for the hardware, or is this for a more "commerical" application? A: These systems will serve more of a commercial/business application and should NOT require any Mil-Std qualifications. All other combined synopsis/solicitation terms and conditions remain unchanged. This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, 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-2187. This requirement is being solicited on 100% small business set-aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334118. The Small Business Size Standard is 1,000 employees. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, eight (8) workstations, three (3) servers, two (2) switches, and eight (8) storage nodes. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. The minimum requirements for the items are included as Attachment #1. Contract Line Item Number (CLIN) Item Description/Minimum Requirement Quantity Unit Price Total Price CLIN 0001 Workstations 8 Each CLIN 0002 Servers 3 Each CLIN 0003 Switches 2 Each CLIN 0004 Storage Nodes 8 Each CLIN 0005 Shipping (If Applicable) 1 Job Total Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. F.O.B. Destination Naval Station Newport: Newport, RI. Offerors are to provide lead times and include the cost of shipping on the quote, if applicable. The Government has determined that this requirement does include an exception to the Electronic and Information Technology (EIT), therefore, Section 508 requirements do not apply. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique identified (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. The Government's preferred payment method will be via Invoice, Receipt, Acceptance, and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 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 requirements specified above, in the required quantities specified above and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Thursday, 27 June 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »