Search Contract Opportunities

Lambda Scalar 4U Intel

ID: N00173-25-Q-1301181096 • Type: Synopsis Solicitation

Description

NRL COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS TEMPLATE ($10K & Above)

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05Effective: 22 May 2024

The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a business size standard of small.
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 7B22.

The Naval Research Laboratory (NRL), located in Washington DC is seeking to purchase Lambda Scalar 4U Intel.

X See specification attachment

Supplies: BRAND NAME OR EQUAL .

Items must be brand name or equal in accordance with FAR 52.211-6.

FAR 52.212-1 has been tailored to include the following additional instructions:

This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.

Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions
Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured on letterhead.

Delivery Address:

U.S. Naval Research Laboratory

4555 Overlook Avenue, S.W.

Bldg. 49 Shipping/Receiving

Code 3400

Washington, DC 20375

**FOB DESTINATION IS THE PREFERRED METHOD**

Estimated Delivery Time: __________________

For FOB ORGIN, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________

The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract.

The full text of FAR & DFARS provisions and clauses may be accessed electronically at
https://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/.

  • 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions
  • 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation
  • 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
  • 52.204-7, System for Award Management
  • 52.204-16, Commercial and Government Entity Code Reporting
  • 52.204-17, Ownership or Control of Offeror
  • 52.204-20, Predecessor of Offeror
  • 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Attached below to be completed and returned with Quote/Proposal.
  • 52.204-26, Covered Telecommunication Equipment or Services - Representation
  • 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
  • 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
  • 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services
  • 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services
  • 52.217-5, Evaluation of Options
  • 52.219-1, Small Business Program Representations
  • 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation
  • 52.225-18, Place of Manufacture
  • 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or

Transactions Relating to Iran Representation and Certifications

  • 52.237-1, Site Visit
  • 52.252-1, Solicitation Provisions Incorporated by Reference

NRL also includes the following provisions that must be completed and returned by the offeror:

1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation.
2. FAR 52.222-22, Previous Contracts and Compliance Reports
3. FAR 52.222-25, Affirmative Action Compliance

Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:

  • 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services
  • 52.203-3, Gratuities
  • 52.203-12, Limitation of Payments to Influence Certain Federal Transactions
  • 52.204-9, Personal Identity Verification of Contractor Personnel
  • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
  • 52.204-18, Commercial and Government Entity Code Maintenance
  • 52.204-19, Incorporation by Reference of Representations and Certifications
  • 52.204-21, Basic Safeguarding of Covered Contractor Information Systems
  • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
  • 52.219-8, Option to Extend Services
  • 52.217-9, Option to Extend the Term of the Contract
  • 52.219-28, Post-Award Small Business Program Rerepresentation
  • 52.232-1, Payments
  • 52.232-8, Discounts for Prompt Payment
  • 52.232-11, Extras
  • 52.232-23, Assignment of Claims
  • 52.232-39, Unenforceability of Unauthorized Obligations
  • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
  • 52.233-1, Disputes
  • 52.233-3, Protest After Award
  • 52.233-4, Applicable Law for Breach of Contract Claim
  • 52.243-1, Changes-Fixed-Price
  • 52.247-34, F.O.B Destination
  • 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form)
  • 52.249-4, Termination for Convenience of the Government (Services)(Short Form)
  • 52.252-2, Clauses Incorporated By Reference

2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services

The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting:

  • 52.204-10
  • 52.209-6
  • 52.219-6
  • 52.222-3
  • 52.222-19
  • 52.222-21
  • 52.222-26
  • 52.222-36
  • 52.222-50
  • 52.223-18
  • 52.225-13
  • 52.232-33

3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021

The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation:

  • 252.203-7005, Representation Relating to Compensation of Former DoD Officials
  • 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
  • 252.204-7016, Covered Defense Telecommunications Equipment or Services Representation
  • 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Representation
  • 252.215-7007, Notice of Intent to Resolicit

The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:

  • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
  • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
  • 252.204-7003, Control of Government Personnel Work Product
  • 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor
  • 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
  • 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
  • 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications

Equipment or Services

  • 252.211-7003, Item Unique Identification and Valuation
  • 252.211-7008, Use of Government-Assigned Serial Numbers
  • 252.223-7008, Prohibition of Hexavalent Chromium
  • 252.225-7013, Duty-Free Entry
  • 252.227-7015, Technical Data - Commercial Products and Commercial Services
  • 252.227-7037, Validation of Restrictive Markings on Technical Data
  • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
  • 252.232-7006, Wide Area WorkFlow Payment Instructions
  • 252.232-7010, Levies on Contract Payments
  • 252.239-7010, Cloud Computing Services
  • 252.239-7018, Supply Chain Risk
  • 252.244-7000, Subcontracts for Commercial Products or Commercial Services
  • 252.246-7003, Notification of Potential Safety Issues
  • 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company's Unique Entity ID and Cage Code/N Cage Code on your quote.

All quotations shall be sent via e-mail.

Please reference this combined synopsis/solicitation number: N00173-25-Q-1301181096 on your correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.

The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors shall have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.

Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Exceptions. Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on email.

Background
The Naval Research Laboratory (NRL), located in Washington DC, is seeking to purchase a Lambda Scalar 4U Intel system. This procurement is part of NRL's mission to support advanced research and development in various scientific fields, ensuring they have the necessary equipment to conduct their work effectively.

Work Details
The contract involves the procurement of a Lambda Scalar 4U PCIe Gen 5 GPU Server with the following specifications:
- **System**: Lambda Scalar 4U PCIe Gen 5 GPU Server with 4th Gen Intel Xeon (Sapphire Rapids) Processors.
- **GPU**: 8x NVIDIA L40S PCIe with 48GB GDDR6 memory, 18,176 CUDA cores, and 568 Tensor cores.
- **CPU**: 2x Intel Xeon Gold 6448Y with 32 cores, clock speed ranging from 2.1 to 4.1GHz, and a cache of 60MB, supporting PCIe 5.0.
- **System Memory**: 1024GB DDR5-4800 ECC RDIMM.
- **OS Storage**: 1x 1.92TB M.2 NVMe Data center SSD with a durability of 1 DWPD, supporting PCIe 4.0.
- **Data Storage**: 2x 3.84TB U.2 NVMe Data center SSDs with a durability of 1 DWPD, supporting PCIe 4.0.
- **Onboard Networking**: Includes 2x 10Gbps RJ45 Ethernet ports and a dedicated IPMI port.
- **Operating System**: Ubuntu 22.04 with Lambda Stack for managing TensorFlow, PyTorch, CUDA, cuDNN, etc.
- **Warranty & Support**: Three-year hardware warranty with Lambda technical support covering hardware issues.
- **Power Supply**: Features dual redundant power supplies (2+2) rated at 2700W each, includes four C20 inlets and operates on a voltage range of 200-240Vac at a maximum input current of 16A; C20 to C19 PDU cables are included.
- **Physical Dimensions**: The server is rackmountable at a size of approximately HxWxD = 7 x 17.2 x 29 inches (178 x 437 x 737mm) and weighs about 65.5 lbs (35.6 kg), with a shipping weight of approximately 100 lbs (45.3 kg). Additional configurations may be available upon request.

Place of Performance
Delivery will be made to the U.S. Naval Research Laboratory located at 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375.

Overview

Response Deadline
Nov. 18, 2024, 6:00 a.m. EST Past Due
Posted
Nov. 14, 2024, 2:49 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20375 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
$10,000 (value based on agency estimated range)
Signs of Shaping
The solicitation is open for 3 days, below average for the Naval Research Laboratory. 82% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/14/24 Naval Research Laboratory issued Synopsis Solicitation N00173-25-Q-1301181096 for Lambda Scalar 4U Intel due 11/18/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334111 (SBA Size Standard 1250 Employees) and PSC 7B22.
Primary Contact
Name
MICHIKO HOUSTON   Profile
Phone
(202) 923-1277

Documents

Posted documents for Synopsis Solicitation N00173-25-Q-1301181096

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N00173-25-Q-1301181096

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00173-25-Q-1301181096

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00173-25-Q-1301181096

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > ONR > ONR NRL > NAVAL RESEARCH LABORATORY
FPDS Organization Code
1700-N00173
Source Organization Code
100255323
Last Updated
Nov. 18, 2024
Last Updated By
michiko.houston@nrl.navy.mil
Archive Date
Nov. 18, 2024