Federal Bid

Last Updated on 31 May 2016 at 8 AM
Sources Sought
Center Kentucky

HTX TM-Sprayer

Solicitation ID HHS-NIH-NIDA-SSSA-SBSS-16-360
Posted Date 04 May 2016 at 8 PM
Archive Date 31 May 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Center Kentucky United states

INTRODUCTION

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations.

The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only.

The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement.

ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE

            334111            ELECTRONIC COMPUTER MANUFACTURING

MANUFACTURING

 

The National Institute on Drug Abuse (NIDA), Molecular Targets & Medications Discovery Branch/Computational Chemistry and Molecular Biophysics Unit requires 4 rack-mountable Intel GPU servers to run molecular dynamics simulations and structure-based drug design

I

applications.   

Purpose and Objectives:

Specifically, NIDA requires the following:

Four rack-mountable servers meeting the following specifications (to match currently

1

installed cluster nodes):

 

1.    Must have at least 2 Intel Xeon E5-2698V3 processors

2.    Must have at least 128GB of error-correcting (ECC) RAM

3.    Must be capable of supporting at least 4 Nvidia Tesla KBO GPU cards

4.    Must have at least one Mellanox lnfiniband QSFP port

 

5.    Must have at least two solid state disk (SSD) devices of at least 450 GB cap city each

 

6.    Must be capable of running the Centos 6.7 distribution of Linux

 

7.    Must be capable of being installed into a standard 19 inch computer rack an  occupy 3.5 inches or less (2U) of vertical space

8.    Must have redundant, hot swappable power supplies that can accept 208V i put electrical service

9.    Must draw less than 1750W of power when fully loaded

 

10. Must support IPMI BMC (baseband management controller) for system monitoring and remote power control

11. Three of the servers must include four Nvidia Tesla KBO GPU cards as delivered, the fourth must have one KBO GPU card

12. Must include 36 months of vendor support, including advance cross-shipped replacement parts as required to maintain the systems in a fully functional state

 

Period of Performance:

The requested must be delivered 60 days after notice of award.

CAPABILITY STATEMENT INFORMATION SOUGHT

Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information.

Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at [email protected] in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered.

The response must be received on or before May 16, 2016 11:00am, eastern time.

CONCLUDING STATEMENTS

Note:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Bid Protests Not Available

Similar Past Bids

Nebraska 17 Apr 2018 at 3 PM
Murray Kentucky 18 May 2016 at 7 PM
Location Unknown 27 Aug 2018 at 7 PM

Similar Opportunities