Skip to main content

An official website of the United States government

You have 2 new alerts

Lambda Scala GPU Server

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Aug 01, 2024 01:44 pm EDT
  • Original Response Date: Aug 05, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    West Point , NY 10996
    USA

Description

THIS IS A Sources Sought Notice ONLY.

 The U.S. Government desires to procure a Lambda Scala GPU Server for the United States Military Academy and Garrison at West Point, New York on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis 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, and Women-Owned Small Business, 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 source 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 is 334111- Electronic Computer Manufacturing.

A need is anticipated to procure a Lambda Scala GPU Server, specifications as follows:

Operating System: Ubuntu 22.04 - Includes Lambda Stack for managing TensorFlow,

PyTorch, CUDA, cuDNN, etc. NVIDIA AI Enterprise License: NVIDIA AI Enterprise

Essentials Subscription per GPU, EDU, 1 Year

Processor: 2 x AMD EPYC 9654 (96 cores, 2.40~3.70GHz, 384MB cache, PCIe 5.0)

GPU: 8 x NVIDIA H100 NVL, 94GB HBM3, PCIe Gen5 x16 Dual-Slot, Passively Cooled

NVLINK: 12 x NVIDIA NVLink Bridge

Memory: 1536GB | 24 x Hynix DDR5-4800 RDIMM - 64GB

Operating System Drive: 1 x Samsung PM9A3 NVMe Gen4 M.2 SSD - 3.84TB

Scratch Drive: 2 x Samsung PM9A3 NVMe Gen4 U.2 SSD - 7.68TB

NIC: NVIDIA ConnectX-5 EN adapter card, 100GbE, dual-port QSFP28, PCIe 3.0 x16

TDP/BTU/PSU: External TPD= 4,831W | Internal TPD= 4,515W | Heat= 15,411BTU/h =

1.284 Tons of cooling | PSU config=(2+2) | PSU Wattage= 2,000 per PSU @208V+ | Ships

with 4x C13-C14 power cords

Native Network: Dual 10G RJ45 & 1G IPMI

Lambda Scalar Hardware Support - 3 Year

Standard: Three-year hardware warranty with Lambda technical support covering hardware

issues

Lambda Scalar System Support - 3 Year Standard: Three-year Lambda technical support

covering software issues including Lambda Stack, ML frameworks, drivers, OS and BIOS

This is a BRAND NAME requirement. In response to this source sought, please provide:

1.  Name of the firm, point of contact, phone number, email address, SAM’s Unique Entity Identifier, 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.  Information to help determine if the requirement service/product 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.

3.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

4.  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, Dayanna Wallace, at Dayanna.Wallace.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.

5.  Recommendations to improve the approach/specifications to acquiring the identified items.

6. Please send all responses no later than Monday 5 July 2024 at 1700 hrs. ET to Dayanna Wallace, at Dayanna.Wallace.civ@army.mil, and be sure to include the Sources Sought Notice in your email subject line.

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN MADC 681 ROGERS PLACE 1ST FLOOR
  • WEST POINT , NY 10996-1514
  • USA

Primary Point of Contact

Secondary Point of Contact





History