LQ3 InfiniBAND CLUSTER
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Energy's Fermi Research Alliance (FRA), operating Fermilab, is soliciting firm-fixed-price quotations for the purchase and on-site integration of an LQ3 InfiniBAND CLUSTER High-Performance Computing (HPC) farm. This opportunity involves acquiring 52 servers (compute, Luster, administrative nodes) with specific technical specifications. Quotations are due March 6, 2026, at 2:00 pm EST.
Scope of Work
This acquisition covers the supply and on-site integration of an Infiniband HPC farm (LQ3). The system includes 52 servers: 36 base compute servers (with options for 1-12 more), 4 Luster OSS servers, 4 Luster Admin servers, and 2 Luster AMD MDS servers. The vendor is responsible for physical installation, integration into existing Fermilab racks, and removal of packing materials, adhering to FRA safety and computing policies.
Key Requirements
The technical specifications are highly detailed, requiring specific hardware components such as:
- Compute Servers: AMD EPYC Turin 9355, 1.5TB DDR5 RAM, multiple SSDs, NVIDIA ConnectX-7 400Gb/s NDR IB.
- Luster OSS/Admin/MDS Servers: AMD EPYC Turin 9135, DDR5 RAM, HDDs/SSDs, NVIDIA ConnectX-7 400Gb/s NDR IB.
- Infiniband Rack Components: NVIDIA 64-port switch, IB cables, optical splitter cables.
- System Rack Components: 47U racks, Ethernet switches, 30A, 208V horizontal PDUs. A five-year warranty for all parts, materials, and labor is required, commencing after a 15-day acceptance test period. Service Level Agreements include 4-hour acknowledgement and 2-hour callback response times.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: None specified
- Product/Service Code: 7G21 (Digital Network Communications Hardware, Software, And Other Equipment)
- Place of Performance: Batavia, IL, United States
- Published Date: March 2, 2026
- Quotation Due: March 6, 2026, at 2:00 pm EST
Submission Requirements
Bidders must submit:
- RFQ Form RH-373289 (completed)
- Technical Proposal and completed Attachment D (Technical Proposal Worksheet)
- Completed Attachment C (Cost Proposal Worksheet)
- Completed Attachment E (Vendor Questionnaire)
- Single rack configuration diagram and power efficiency curves
- Delivery and server integration plan (including subcontractor info)
- Statement of Warranty
- Supplier Annual Representations & Certifications (SARC)
- PUR-466 Proposal Certifications
- Exhibit A – Attachment A (completed and signed)
- Certificate of Insurance (required prior to award) Quotations should be submitted electronically to hairston@fnal.gov.
Evaluation Criteria
Award will be based on the Lowest Price Technically Acceptable (LPTA) source selection process. Non-cost evaluation factors for technical acceptability include conformance with procurement specifications, delivery (FOB Destination), references, and warranty of products and services.
Important Notes
Bidders must comply with extensive Environment, Safety, and Health (ES&H) requirements (Exhibit A) and provide proof of specific insurance coverages (General Liability, Auto, Excess/Umbrella, Worker's Comp, Employer's Liability) as detailed in the "2022 Onsite Services Insurance Requirements" document. Various federal certifications (e.g., Buy American Act, independent price determination, anti-trafficking) are also mandatory via the PUR-466 form.