SOURCES SOUGHT
70 -- Sources Sought Notice Rack Mounted Server for the Army Cyber Institute at the United States Military Academy
- Notice Date
- 5/1/2025 12:48:15 PM
- Notice Type
- Sources Sought
- NAICS
- 33411
—
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W58EDZ0012275710
- Response Due
- 5/8/2025 9:00:00 AM
- Archive Date
- 05/23/2025
- Point of Contact
- Dennis Cook
- E-Mail Address
-
dennis.j.cook8.civ@army.mil
(dennis.j.cook8.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Rack Mounted Server for the Army Cyber Institute at the United States Military Academy - West Point, NY on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 334111, Electronic Computer Manufacturing with a size standard of 1,250 employees. A continuing need is anticipated for Rack Mounted Server for the Army Cyber Institute at the United States Military Academy- West Point, NY. Period of Performance: 6/13/2025 Specifications: Operating System: Ubuntu 22.04 Processor: 2 x AMD EPYC 9555 (64 cores, 3.2~4.4GHz, 256 MB cache, PCIe 5.0) GPU: 8 x NVIDIA H200 141G NVL PCIe� 600W - 900-21010-0040-000 NVLINK: 2 x NVIDIA H200 NVL 4-Way NVLink Bridge Memory: 2304GB | 24 x Micron 96GB DDR5 4800MT/s RDIMM 2Rx4 Memory Operating System Drive: 1 x Samsung PM9A3 NVMe Gen4 M.2 SSD - 1.92TB Storage Drive: 4 x Micron 6500 ION NVMe Gen4 U.3 SSD - 30.72TB TDP/BTU/PSU: External TDP= 6,506W | Internal TDP= 6,080W | Heat= 20,752BTU/h = 1.729 Tons of cooling | PSU config=(3+3) | PSU Wattage= 2,700 per PSU @208V+ | Ships with 6x C19-C20 power cords Native Network: Dual 10G RJ45 & 1G IPMI Hardware and Software Validation: Validate hardware and software function as advertised, prior to shipment Hardware Support - 5 Year Standard: Five-year hardware warranty with technical support covering hardware issues System Support - 5 Year Standard: Five-year technical support covering software issues including ML frameworks, drivers, OS and BIOS In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dennis Cook, at dennis.j.cook8.civ@army.mil if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/714406af78044830830c43a0dee01b1b/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN07428721-F 20250503/250501230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |