HPCMP Technical Insertion BOA On Ramp Opportunity (Соединенные Штаты Америки - Тендер #45320836) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE ARMY Номер конкурса: 45320836 Дата публикации: 22-08-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
The US Army Corps of Engineers Research and Development Center (ERDC) is conducting market research for the on-ramping of additional firms to the High Performance Computing Modernization Program (HPCMP) Basic Ordering Agreeement (BOA) in support of Technical Insertion (TI) requirements at its DoD Supercomputing Resource Centers (DSRCs).
ERDC is requesting interested firms to submit a capabilities package in response to this announcement for review of possible market capabilities to perform its TI requirements. The description of the work is provided below which also will include the delivery, assembly, acceptance testing of a fully operational system, system administration (if required in the overall TI requirements) and hardware/software maintenance as specified in the individual TI requirements.
NOTE: System administration of the systems provided may or may not be required for all future requirements. System administration requirements will be identified in the specific order requirements as they materialize. Those firms that can provide the equipment/systems and provide hardware/software maintenance only, are encouraged to provide their capabilities statement to execute such requirements.
****For the systems to be procured for FY24, order requirements are projected to be the systems and hardware/software maintenance only of those fully operational systems. No system administration will be requested.
TECHNOLOGY INSERTION (TI) DESCRIPTION OF WORK:
1.0 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.
2.0 DESCRIPTION
2.1 Locations
Requirements for each order will be located primarily at the following four DSRCs and will encompass the unique requirements of each center:
2.2 System Manufacturing Capabilities
To satisfactorily complete the work, the contractor, who must be a United States of America Original Equipment Manufacturer (OEM), must have expert knowledge of Federal Government standards and industry recognized national standards for advanced computing and communication technologies. Targeted system attributes at the order level may include the following with specific orders may have varying requirements. These are meant to be illustrative of an exemplar HPC system.
2.3 Administration and Maintenance
System Administration of the systems may be required as part of the overall specific system order requirements. When required, System Administration shall be performed by the Offeror 24 hours per day, 7 days per week (over five one-year options at the individual order level) with BOA holders ensuring that (1) the monthly system effectiveness level does not fall below 97%, and (2) the monthly number of user/job interrupts does not exceed the maximum allowable (which is determined by dividing the number of nodes in the base system by one hundred). Requirements for System Administration will be dependent on the specific order and shall be identified for the order/system in any Request for Proposal submitted to the BOA holders to support individual Technical Insertion requirements.
In all requirements, Hardware and Software maintenance for the systems shall be maintained by the Offeror with 24 hours per day, 7 days per week system maintenance (over five one-year options at the individual order level) and therefore must ensure that (1) the monthly system effectiveness level does not fall below 97%, (2) the response time for remedial maintenance is less than four hours (some orders may require a short response time), (3) new software is tested and ready for operation prior to implementation on the base system, and (4) software/hardware security vulnerabilities are addressed in a timely manner.
3.0 SECURITY REQUIREMENTS
Since HPCMP systems will be placed (predominantly) at DOD facilities, BOA holders must have sufficient personnel with SECRET level clearances for the purposes of system installation, capability testing, effectiveness level testing, administration, and maintenance. All personnel requiring privileged access to any system and/or supporting network/security component must have an adjudicated tier 5 background investigation, a clearance commensurate with the classification of the system, Information Assurance Technician (IAT) Level II or III certification (see https://disa.mil/ or https://disa.mil/NewsandEvents/Training) and computing environment certifications specific to all relevant operating systems.
4.0 PUBLIC AFFAIRS
The BOA holder shall not publicly disclose any data generated or reviewed under this agreement. The BOA holder shall refer all requests for information concerning projects to the Contracting Officer for comment. Prior to release, any publication articles shall be coordinated and approved by the Contracting Officer.
5.0 SUBMITTALS
All submittal requirements will be identified at the order level. These may include but are not limited to: safety plans, quality control plans, project schedules, testing plans, testing results, and closeout documentation.
6.0 REPORTING REQUIREMENTS
All reporting requirements will be established at the order level. Typical reporting requirements are on a monthly basis however, each order will identify the specific requirements for that procurement.
7.0 POINTS OF CONTACT
The POCs for the BOA level are listed below. Other POCs may be identified at the individual order level. The Contracting Officer shall always be included on all correspondence related to this BOA and all orders.
7.1 Contracting Officer:
7.2 Acquisition Project Manager:
The applicable NAICS code for this procurement is 334111 and is provided as part of this announcement. This is a Sources Sought open to all qualified prime contractor firms (Large and Small Business under NAICS 334111). All interested firms are encouraged to respond to this announcement with submission by 06 September 2023, 1700 EST to the Points of Contact listed in this announcement.
Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform and meet the requirements listed above. Packages should include the following information:
(1) Business name, address, point of contact including email addresss, and business size under the NAICS 334111;
(2) Identification of business type (i.e., Large Business, Small Business, 8(a), HUBZone, SDVOSB, Woman Owned Small Business, etc.);
(3) CAGE Code;
(4) Demonstration of the firms experience as a PRIME contractor on projects of similar type and complexity of this requirement within the past five (5) years. Please list actual projects completed of similar type equipment and follow on services as described in the description of work. For those projects completed, include project title and location, a brief description of the project to include the overall dollar value and whether the work was self-performed.
Responsible sources demonstrating relevant experience and capabilities to perform the identified requirements will be considered in our overall market research. System for Award Management (SAM), as required by FAR 4.1102 and FAR 4.1201 shall apply to this requirement. Prospective contractors must be registered for consideration. Lack of registration in SAM will render a firm ineligible for award of any potential BOA.