75N95023Q00112A

Submitted by NIDA_Section on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
High-performance workstation
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Llakim
Dubroff
llakim.dubroff@nih.gov

Secondary Contracting Officer

Josh
Lazarus
josh.lazarus@nih.gov
NAICS Code Number
334111
Electronic Computer Manufacturing
Small Business Size Standard
1250
Estimated Period of Performance
NINDS requires a 3-Year Warranty on Parts and Labor
Delivery of Goods
NINDS requires Delivery 30-60 days after the order is placed
Competition Status
Competitive
Background/Description of Requirement

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.

This notice is issued to help determine the availability of qualified companies under the NAICS Code 334111 - Electronic Computer Manufacturing, technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.

For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).

Statement of Need and Purpose:

High-performance workstation equipped with multiple GPUs to do the on-fly data processing on National Institute of Neurological Disorders and Stroke (NIND)’s newly generated data. NINDS requires a high-performance of workstation equipped with multiple GPUs to do the on-fly data processing on our newly generated data.

Background Information and Objective:

NINDS Cryo-Electron Microscopy core surves many structural biology labs that use Cryo-EM single particle analysis to study the structures of proteins & macromolecules. NINDS collects more than few thousand micrographs from our glacious microscope. NIND for the NIDA International Program: Research and Training SupportS requires one workstation to evaluate the quality of the micrographs on the fly and process the data.  The vendor will configure, test, and deliver a high-performance GPU workstation for cryo-EM analysis. The workstation would be located in BG NIHBC 35A - PNRC II RM 3F-103 35A CONVENT DR BETHESDA MD 20892. The delivery address is the same.

Purchase Description: Brand Name or Equal

Generic Name of Product: Exxact Workstation

Quantity: One (1)

Salient characteristics: NINDS Requires the following brand name or equal systems and component parts:

 

Description

Quantity

  • 1x AMD Threadripper PRO, 8x DDR4 Slots for Up to 256GB Unbuffered or 2TBRegistered ECC
  • 7x PCIe 4.0 x16 Slots (4x Double Wide GPU Support)
  • 8x 2.5/3.5in + 2x 2.5 Internal Drive Bays + 3x M.2 NVMe Upto 22110 + 2x 5.25in bays
  • 2x 10GbE Onboard
  • 2x USB 3.2 Gen 2 Type-C + 1x USB 3.2 Gen 2x2 Type-C + 8x USB 3.2 Gen2 RearPorts, 1x USB 3.1 Gen2 Type-C, 2x USB 3.0, 2x USB 2.0 Front Ports
  • Case Dimensions: 604mm / 23.78"(L) x 240mm / 9.45"(W) x 566mm / 22.28"(H), MaxGPU Length 19in

1

Ryzen Threadripper PRO 5975WX - 32-Core 3.6GHz / 4.5GHz Boost - 280w

1

Active CPU Heatsink For SP3 EPYC/Threadripper - 280w

1

64GB DDR4 3200MHz ECC REG Memory Module (512GB Total)

8

3.84TB 2.5in SATA Enterprise Class SSD ** OS, SW RAID1 **

2

18TB 7200RPM 256MB CACHE 3.5IN SATA Enterprise Class HDD ** DATA, MDADM RAID5 | ~54TB Usable **

4

NVIDIA RTX A5000 24GB GDDR6 GPU, PCIe 4.0 - 230W

4

2000W Modular ATX PS2 Power Supply 80Plus Platinum Compliant, C20 Inlet

1

Rocky Linux 8

1

Exxact Relion Cryo-Em Software Stack (v5.0) Installation, Validation, Testing

#CUDA v11.4 (in /usr/local/cuda-11.4 with symbolic link to /usr/local/cuda)

#CUDA v11.2 (in /usr/local/cuda-11.2)

#CUDA v11.1 (in /usr/local/cuda-11.1)

#CUDA v11.0 (in /usr/local/cuda-11.0)

#CUDA v10.1 (in /usr/local/cuda-10.1)

#NVIDIA Driver v470.74 from run file in /usr/local/CUDA_Install_Files

#MPICH v3.2.1 in /usr/local/mpich-3.2.1 (in path)

#Chimera v1.15 in /usr/local/chimera (in path)

#CTFFind4.1.14 in /usr/local/bin (in path)

#Evince via yum

#FFTW3 via yum

#Gctf v1.06 in /usr/local/Gctf_v1.06 with a link to the executable name Gctf (in path)

#Imod v4.11.4 in /usr/local/imod_4.11.4 (in path)

#Motioncorr v2.1 in /usr/local/motioncorr (in path)

#MotionCor2 v1.4.4 in /usr/local/bin (as MotionCor2 linked to ../MotionCor2-1.4.4, in path)

#Gnuplot via yum

#ResMap v1.1.4 in /usr/local/ResMap (in path)

#Relion 3.1 (from ver3.1 Git branch) in /usr/local/relion-3.1

#Relion 4.0 beta (from Git branch) in /usr/local/relion-4.0 (in path)

#cisTEM v1.0.0beta in /usr/local/cistem-1.0.0-beta (in path)

#EMAN v2.91 in /usr/local/eman_2.91 (in path)

1

Delivery: NINDS requires delivery 30-60 days after the order is placed

Period of Performance: NINDS requires a 3-Year Warranty on Parts and Labor

Capability Statement /Information Sought:

Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) 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.

Submission Instructions:

The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

All responses to this notice must be submitted electronically to the Contracting Officer Identified below. The response must be received on or before March 23, 2023, at 3:00 pm EST. Facsimile responses are NOT accepted.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

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).”

Closing Statement: THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00112. Responses must be submitted electronically to Llakim Dubroff, Contract Specialist, at Llakim.Dubroff@nih.gov U.S. Mail and Fax responses will not be accepted.

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.