Inactive
Notice ID:PANHES-19-P-0000-5390
THIS AMENDMENT IS FOR POSTING QUESTIONS AND ANSWERS TO PROJNET QUESTIONS ONLY (SEE ADDED ATTACHMENT). ALL OTHER TERMS AND CONDITIONS OF THE SOLICITATION REMAIN UNCHANGED. EXECUTIVE SUMMARY A.1 Objecti...
THIS AMENDMENT IS FOR POSTING QUESTIONS AND ANSWERS TO PROJNET QUESTIONS ONLY (SEE ADDED ATTACHMENT). ALL OTHER TERMS AND CONDITIONS OF THE SOLICITATION REMAIN UNCHANGED. EXECUTIVE SUMMARY A.1 Objective. The primary objective of this Basic Ordering Agreement (BOA) is to provide the High Performance Computing Modernization Program (HPCMP) with world-class high performance computing capabilities for the United States Department of Defense (DOD). The BOA holders will be responsible for providing the Government with balanced, commercially- available, production-grade High Performance Computing (HPC) systems, which contain an appropriate combination of processor, memory, disk Input/Output (I/O), interconnect, and Operating System (OS) capabilities in order to conduct complex, tightly-coupled, large-scale, scientific calculations. A.2 Procurement Methodology. It is the intention of the U.S. Army Engineering and Support Center, Huntsville (CEHNC) to award a Basic Ordering Agreement (BOA) to all qualified offerors. CEHNC does not have a target number of agreements for this BOA. All CLINS under this BOA are Firm Fixed Price (FFP). A3. BOA Information. To ensure optimal competition, CEHNC will perform an annual review of the BOAs IAW FAR Subpart 16.703, which will offer an "on-ramp" opportunity for new qualifying firms. The government will also synopsize the projected requirements annually in order to provide industry insight into upcoming requirements. The government will synopsize each order requirement on the FedBizOpps website (www.fbo.gov), which will ensure BOA holders have notice and sufficient lead time to propose. A.4 Ordering Procedures. BOAs will have an ordering period of three (3) years. BOA are not contracts, but written terms and agreements to do business. Orders placed on the BOA will be stand-alone binding contracts. The estimated capacity of this BOA is $240M over the three year ordering period. It is the Government's intent to synopsize each order on the FedBizOpps website (www.fbo.gov), through the Army Single Face to Industry (ASFI), to promote full and open competition in accordance with FAR Part 6. Preceding request for order non-BOA holders will be given opportunity to "on-ramp" by submitting proposals. Proposals must also include their technical qualifications, specialized experience, and past performance questionnaires that were required with the initial BOA RPF as part of their submittal for the baseline TI requirements to be evaluated. If successful, the firm will be deemed eligible for award and also issued a BOA. If not successful, feedback will be provided to ensure that the firm can address issues and re-submit qualifications at the annual review. In accordance with the programmatic Acquisition Plan for this requirement, the Government will evaluate order proposals based on the following evaluation criteria: Price Technical Capability and System Attributes Past Performance Small Business Utilization/Participation A.5 Order Pricing. All requirements will be solicited as Firm Fixed Price orders, with all requirements being fully defined at the time of each solicitation. The Government will evaluate all aspects of the price proposals for fairness, reasonableness, balance, and affordability. A.6 System for Award Management (SAM). Offerors must be registered in SAM to receive a BOA. The SAM website is http://www.sam.gov. A.7 The U.S. Army Engineering and Support Center, Huntsville, is the only agency authorized to issue orders under this BOA. A.8 Fill-in Clauses. Clauses currently included by full text will be populated at the order level. These clauses include: 52.212-3, 52.232-16, 52.232-19, 52.232-32, 52.246-19, 52.246-20, and 52.252-2, 252.211-7003, 252.212-7001, and 52.222-7000. A.9 Due Date. BOA proposals are due by 3:00 PM Central Time on April 19, 2019.