Itt number ecmwf/1999/171 Acquisition of Desktop Computers and Servers



Download 272.82 Kb.
Page3/3
Date05.05.2018
Size272.82 Kb.
#47931
1   2   3

Presentation of Tendered Systems



M  If requested by ECMWF, Tenderers must give at ECMWF a presentation of their proposals. The date of the presentation will be made known following receipt of the tenders, however it is anticipated that it will take place in the week starting 21 February 2000.

    1. Alternatives to the Purchase of Desktop Computer Systems



R  Tenderers are asked to describe alternatives to the outright purchase of Desktop Computer Systems that they may be able to offer, such as leasing, buy-back, guaranteed trade-in etc. Details on the financial implications should be provided.


  1. TECHNICAL REQUIREMENTS

    1. Requirements for System Software

The following requirements apply to both the Desktop Computers and the Servers.


If the response to a requirement varies according to the Operating System which applies, then this must be clearly indicated.
M  The Operating System for the 3 types (Servers, Scientific Desktop Computers and Technical Desktop Computers) of equipment need not be the same, but only Unix and/or Linux TM may be tendered.
R  Unless the Operating System is a version of Linux, Tenderers should indicate the dialect(s) of Unix on which the Operating System is based, and the relevant standards in the field of operating systems to which they are committed.
R  Tenderers should be aware that ECMWF can only support a limited number of different operating systems, and that the degree of integration, interoperability and commonality between the 3 types of equipment will be a significant factor taken into account during the evaluation of the tenders received. Tenderers should therefore explain any benefits of their proposed solutions with regard to integration, interoperability and commonality.
R  As described earlier, the Centre has some 50 Administrative Desktop Computers running Microsoft Windows NT 4. Tenderers are asked to describe any benefits that the tendered solution provides in order to improve the integration with Windows NT 4 systems.
R  Tenderers should provide details of the resource limits enforced by the Operating System of the tendered system. Information should include:


  • the maximum size of a process

  • the maximum number of processes that can exist simultaneously

and any other information deemed to be of relevance.


R  Tenderers should provide a description of resource scheduling, including any options or tools available to configure resource scheduling.
R  Tenderers should provide a description of the various filesystems (such as normal UNIX filesystems, shared, parallel, journal, memory‑resident etc.) which are supported on the tendered system. Information should include:


  • the maximum size of the filesystem

  • the maximum number of files and directories it can hold

  • the maximum size of any single file or directory resident in it

  • whether the usage of the filesystem can be controlled using quotas

  • file allocation strategies

  • security features

  • inode and data placement and caching

  • filesystem related performance statistics

and any other information deemed to be of relevance.


M  The System must be capable of communicating with all other network attached computer systems at ECMWF, using TCP/IP protocols.
M  The System must include support for the following TCP/IP services or protocols: telnet, nfs (client and server), ftp, lpr, rpc, rip, smtp, snmp and ospf.
M  Support for Version 2 of NFS in both client and server mode is required.
D  Support for NFS Version 3 is desirable.
M  Support for Network Information Services is required.
R  Tenderers must describe how and how often new releases of system level software would be distributed to ECMWF.
M  Whenever new versions of system level software (including compilers and libraries) are released, a minimum of 6 months support for the software release being superseded is required.
M  For the Server, a batch job subsystem which is interoperable with NQS (Network Queuing System) must be available. Tenderers are asked to provide information about and licensing costs for any such batch job subsystem available for the system. Please indicate whether such implementations are supported by the Tenderer or by a third party.
R  Tenderers are asked to describe any facilities provided with the system to allow the installation, upgrade and management of the system software and applications from a central system at ECMWF. Any additional costs for such facilities must be stated.
R  For the Server, Tenderers are asked to describe any backup systems available to allow filesystems to be backed up, preferably to network attached devices, and quote the additional costs involved. Also, please indicate whether an ADSM client is available for the system.

    1. Requirements for Programming Languages, Libraries and Software Development Tools



M  The following requirements are for the provision of licences for compilers, libraries and debugging tools. It is understood that the costs of licences for such software may depend on the number of licences purchased. Furthermore, the Centre would not necessarily require licences for every system acquired. Therefore the costs for these licences must be given as follows :‑


  • for 1 licence

  • for 5 licences

  • for 10 licences

  • for 25 licences

  • for 100 licences

  • for 150 licences

  • for a site licence.


R  If the use of these licences is controlled by a licence manager, full details must be given.
M  Compilation and development tools are required, including a GUI‑based Software Development environment, for FORTRAN 90, ISO C and ISO C++.
M  Facilities for interactive source-level debugging and profiling of programs written in any of the programming languages specified in section M are required.
M  For the Server, support for MPI Version 1 or later (Message Passing Interface) is required.
D  Support for POSIX threads (also known as pthreads, POSIX standard 1003.1c) is desirable.
R  Tenderers are asked to describe their support for MPI, OpenMP and any features that are provided to enable programs to easily make use of multiple CPUs, for example auto-parallelization, etc.
D  A JAVA development environment is highly desirable.
M  An implementation of Perl5 is required.
M  Tenderers must indicate to what degree applications can be written in a mixture of Fortran 90, ISO C and ISO C++. Details of the use of the I/O libraries of one language from within another language should be provided.
M  Support for X11 Release 6 or later is required, for both:
 X11 server to allow applications to be run on other systems;

 X11 libraries to allow development of X11‑based applications.


M  Support for MOTIF Version 1.2 or later, or equivalent, libraries is required, including header files, to allow development of Motif‑based applications.
M  Support for either OpenGL version 1.2 or Mesa, a 3-D graphics library with an API which is very similar to that of OpenGL, is required. For either solution, GLU 1.2 or later must be included, and the solution must make use of hardware acceleration features within the video subsystem.
R  Tenderers must provide details of all the components of the OpenGL and/or Mesa implementation.
R  Tenderers are asked to indicate whether the NAG Fortran-callable numerical library, a product of NAG Ltd, Wilkinson House, Jordan Hill Road, Oxford OX2 8DR, UK, is available for the systems being offered, or, if not, suggest suitable alternatives

    1. Requirements for Access to Windows-Intel Software Applications



M  Tenderers must specify one or more solutions to allow users of the tendered Desktop Computers to access Microsoft Windows-Intel based Software Applications, and describe any constraints that may apply to such solutions.
R  Tenderers are asked to describe the costs for their specified solution to provide access to Microsoft Windows-Intel based Software Applications as specified in section M above.

    1. Requirements for Applications Software



R  Details are given below of various third-party software applications that ECMWF currently uses. Tenderers are asked to indicate whether the software is available for the system being offered, or, if not, suggest suitable alternatives.


Product

Supplier

ClearCase



Rational Software

20 Maguire Road, Lexington, MA 02421-3104, USA

www.rational.com

Totalview



Etnus

111 Speen Road, Framingham, MA 01701-2090, USA

www.etnus.com

Empress


Empress Software Inc.

3100 Steels Avenue, East Markham, Ontario, Canada, L3R 8Y3

www.empress.com

X-Designer



Imperial Software Technology

Berkshire House , 252 Kings Road, Reading, RG1 4HP, UK

www.ist.co.uk

Zmail 3.2

(or later)


Netmanage Inc.

10725 North de Anza Road, Cupertino, CA 95014-2030, USA



www.netmanage.com

Crisp (Text Editor)



Pacemaker Software

The Old Granary, Pinkney Park, MALMESBURY,

Wiltshire, SN16 0NX, UK

www.pacemaker.co.uk



Purify

Rational Software Inc.

20 Maguire Road, Lexington, MA 02421-3104, USA

www.rational.com

McIdas


Space Science and Engineering Center,

University of Wisconsin-Madison, 1225 West Dayton Street,

Madison, Wisconsin 53706.

www.ssec.wisc.edu/software.mcidas.html


PV-Wave


Visual Numerics Inc.

1300 W. Sam Houston Pkwy S, Ste.150, Houston, Texas 77042, USA

www.vni.com

Gsharp


Advanced Visual Systems Inc.

300 Fifth Avenue, Waltham, MA 02451 USA

www.avs.com

Vis5D


Space Science and Engineering Center,

University of Wisconsin-Madison, 1225 West Dayton Street,

Madison, Wisconsin 53706, USA

www.ssec.wisc.edu/~billh/vis5d.html




    1. Requirements for Security

Computer security issues at ECMWF concentrate on the protection of computer systems against unauthorised access and against intended or unintended denial of service access.


M  A discretionary access control mechanism restricting access to files based on the ownership of the files must be supported. The standard UNIX owner/group/world file protection scheme is considered adequate.
R  Tenderers are invited to state whether the tendered system has been or is intended to be certified to a recognised security level (e.g. ITSEC).
D  Encrypted passwords should be stored in a safe place, i.e. in a file that is only accessible to suitably privileged users or processes.
D  A facility is desirable whereby tasks requiring additional privileges (such as operator, superuser and administrator functions) can be separated so that one individual does not necessarily get all privileges at the same time.
R  Tenderers should describe which events of relevance to security are logged.
D  Facilities to extract summary reports from security logs should be available.
D  A facility to prevent individual users or jobs from monopolizing certain system resources and thereby effectively denying other users service access is desirable.
R  Tenderers are invited to describe any other security features of the tendered system (such as DCE support or support for Security Dynamic's SecurID cards) that they feel would be of relevance to ECMWF. Where security features use encryption techniques, Tenderers should give details of any restrictions on the dissemination and use of these products imposed by US regulations.

    1. Requirements for System Monitoring and Control of Servers



D  The Operating System should be designed so that, as far as possible, no intervention by operations staff is required to keep it operational at a high level of efficiency in normal circumstances.
M  Visibility and control must be available to allow the system operator to perform the following tasks:


  • determine the status of all processes in the server

  • determine the status of disk subsystems in the server.


M  The Operating System must notify the system operator when any hardware component has failed.

    1. Requirements for Training



M  Tenderers must quote separately the cost of a training programme which will provide 6 experienced Unix system administrators with sufficient understanding of the internal working of the software and hardware being tendered to enable them to provide effective day-to-day and emergency support.
D  The Centre would prefer training to be done on the Centre's own premises. The content of the training programme should be described.
R  Details of other relevant training courses and their cost must be provided.

    1. Requirements for Documentation



M  On-line documentation and manuals, preferably HTML-based, for the tendered equipment must be provided with the systems.
M  Three sets of printed manuals etc. of system level documentation must be provided.
R  Tenderers must state how the printed and online documentation will be kept up-to-date.

    1. Computational Performance Requirements for Servers and Desktop Computers

In this section, the specification for the computational performance requirements for the initial Server and initial batch of Desktop Computers will be given. Note that in this section, “performance requirements” means computational performance requirements; the actual performance required is defined using SPEC values as published by the Standard Performance Evaluation Corporation.



      1. Requirements for Technical Desktop Computers

For a Technical Desktop Computer, the initial performance requirement is approximately that of a mid-range Intel-compatible PC. It is expected that technical developments over the four-year period of the Call-Off Contract will mean that the performance available will increase; ECMWF would therefore expect to procure Technical Desktop Computers with increasing performance over the period at similar or reducing costs.


M  The Technical Desktop Computer must have a performance level of at least 15 SPECint95 and 15 SPECfp95.

      1. Requirements for the Server and Scientific Desktop Computers over the four-year period

For Scientific Desktop Computers, the performance requirements are driven by the resolution of the forecast model used on the Centre’s Supercomputer Systems, since this is the major factor in determining the time taken to visualize model output. The resolution of the forecast model will increase over the period of the Call-Off Contract, and the consequences of this increase in resolution over the four-year period can be seen in Table 1 below which shows the required CPU performance.




Year

1999

2000

2002

2004

CPU factor

1

2.5

3.5

5.5

SPECint95

17

42.5

59.5

93.5

SPECfp95

27

67.5

94.5

148.5


Table 1

      1. Requirements for the Server and Scientific Desktop Computers During the First Year

The Centre understands that, at least initially, the required performance may not be available in a cost-effective manner from a single-CPU Desktop Computer, but a multi-CPU Desktop Computer may be able to provide the computational power required. In addition, the Centre believes that the application requiring this power will scale almost linearly, for 2 CPUs. Therefore, for the purposes of this procurement, the SPECint95 and SPECfp95 values for a single CPU Desktop Computer may be multiplied by the number of CPUs offered (i.e. aggregated) in order to meet the final values required.


In addition, for the first year, the performance of the Scientific Desktop Computers may be reduced, provided the performance and memory of the Server is increased correspondingly, as described below. This increase has been calculated to compensate for the lower performance of 25 Scientific Desktop Computers, although this may not be the actual number of Scientific Desktop Computers purchased during the first year.
The following table and formulae define the minimum requirements for Scientific Desktop Computers and the relationship between the performance of Scientific Desktop Computers and that of the Server.


Option

Scientific Desktop Computer

Corresponding Server




Aggregate SPECint95

Aggregate SPECfp95

SPECrate

_int95


SPECrate

_fp95

Memory Required

A

AintDT = 42.5

AfpDT = 67.5

AintS = 2700


AfpS = 4000

16 gigabytes

B

BintDT = 17

BfpDT = 27

BintS = 3240

BfpS = 4800

19 gigabytes


Table 2
If the SPECint95 of the offered Scientific Desktop offered is XintDT and the SPECfp95 of the offered Scientific Desktop is XfpDT (these values must be between the values specified in Options A and B) , then the required SPECrate_int95 of the Server is XintS and the required SPECrate_fp95 of the server is XfpS as defined by the formulae



M  Option A in Table 2 defines the preferred level of performance for a Scientific Desktop Computer and the corresponding Server performance required. Option B defines the minimum level of performance which could be accepted provided that the Server has at least the increased level of performance specified. The Tenderer must offer a Scientific Desktop Computer and corresponding Server within the limits specified in Options A and B.
D  It is desirable for Tenderers also to offer one or more options for Scientific Desktop Computers, with performance levels between the limits specified in Options A and B, and corresponding Servers with performance at least that defined by the formulae above.
M  The Server must have a memory of at least 16 gigabytes. However, if the SPECrate for the Server is increased as described above in order to allow a Scientific Desktop with a lower SPECint95 or SPECfp95 value, then the Server memory must be increased in proportion using the same principle as used for the SPECrates, up to a possible maximum of 19 gigabytes.
D  It is highly desirable for the Server offered to be a single system, rather than a cluster of two or more systems.
M  If the offered Server is a cluster of two or more systems, then each system must be capable of accessing filesystems which are shared within the cluster with I/O performance levels similar to those which can be obtained using filesystems on local disks.


      1. Future Requirements for Scientific Desktop Computers



R  The Tenderer is asked to describe the increase in computational performance for both Scientific Desktop Computers and Servers which they expect to be available during the 4-year period of the Call-Off Contract, and to comment on how they could meet the requirements for future Scientific Desktop Computer performance as described in Table 1 above.

    1. Requirements for Video Subsystems in Desktop Computers



M  The tendered systems must support at least 1280 x 1024 resolution with TrueColor (24-bit colours) at 72 Hz vertical refresh rates.
M  The tendered systems must at minimum support an X Window System visual with the TrueColor class and a depth of 24 planes. In addition the DOUBLE-BUFFER, GLX and SHAPE extensions are required.
R  Tenderers are asked to give details on the video subsystem, in particular


  • Model and RAMDAC speed

  • Manufacturer

  • Frame buffer memory type

  • Frame buffer size

  • Maximum frame buffer size

  • Z buffer support

  • Texturing support

  • Local bus type (AGP nX, PCI, proprietary)

  • Graphics accelerator type

  • Graphics accelerator manufacturer

  • Monitor connector type

  • Support for a second monitor

  • Video output standards supported (e.g. S-Video, Composite Video, RGB)

  • OpenGL/Mesa support

  • Supported X Window System visuals

  • Maximum vertical refresh rates for

  • 1280 x 1024 resolution, up to TrueColor(24-bit colours)

  • 1600 x 1200 resolution, up to TrueColor(24-bit colours)

  • Flat-panel connector type (digital or analog)


R  Tenderers are asked to provide results of SPECviewperf 6.1.1 for the DataExplorer (DX-5) benchmark or equivalent.
R  Tenderers are asked to provide results of SPECglperf 3.1.2 for the Triangle Fill benchmark or equivalent.
D  The tendered systems should provide a mean of at least 9 for the ten Data Explorer (DX-5) benchmarks in SPECviewperf 6.1.1.
D  The tendered systems should provide a triangle fill rate of at least 2 million triangles per second for the "50: Triangle Fill Rate - DisplayList mode, 3D, RGB, flat shaded, no Z buffer" in the SPECglperf 3.1.2 Triangle Fill benchmark.


    1. Requirements for Desktop Computer Monitors, Mice and Keyboards



M  The Desktop Computer must have a monitor with viewable area which measures at least 19 inches across the diagonal of the screen.
M  The monitor must conform to the European Standard "MPR II" for radiation emissions.
R  For the monitor please provide details on


  • Manufacturer

  • Width and height of display area

  • Tube technology

  • Tube manufacturer

  • Dot size

  • Horizontal resolution

  • Vertical resolution

  • Horizontal scanning frequency range

  • Vertical scanning frequency range

  • Power consumption in all modes

  • Dimensions

  • Weight

  • Power Management features

  • Certifications (radiation emission)


R  Tenderers are asked to provide details on any Flat Panel Monitors which they could supply, in particular


  • Cost

  • Manufacturer

  • Number of colours that can be displayed simultaneously

  • Width and height of display area

  • Panel technology

  • Panel manufacturer

  • Horizontal resolution

  • Vertical resolution

  • Power consumption in all modes

  • Dimensions

  • Weight

  • Power Management features

  • Flat-panel connector type (digital or analog)


M  A 3-button mouse and UK-standard keyboard are required; Tenderers are asked to give details of keyboard options and other pointing devices which may be available.
R  The Centre may wish to consider installing the monitor/mouse/keyboard of the Desktop Computer in a separate room from the rest of the system, so that users are not affected by the noise and heat from the system. Tenderers are asked to indicate whether this would be possible, and to specify the maximum distance between the monitor/mouse/keyboard and the rest of the system.

    1. Hardware Requirements for Technical Desktop Computers



M  A memory of at least 256 megabytes is required.
R  Tenderers should describe how the memory subsystem is configured, in particular the number and type of memory modules used, the number of free slots for memory modules and any constraints on mixing different sizes of memory modules.
M  A local hard disk with a capacity of at least 9 gigabytes is required.
M  It must be possible to add, as an option, a single-ended SCSI interface to allow the attachment of external SCSI devices to the system. Any additional costs involved should be described.
R  Tenderers are asked to give details of removable storage devices which can be attached to the system.
M  A Fast Ethernet interface with an RJ45 connector is required. Tenderers are asked to provide details of the interface.
R  Tenderers are asked to provide details, including the costs, of any additional networking interface options that may be available, e.g. Gigabit Ethernet.
M  It must be possible to attach a 3.5" floppy disk drive capable of reading and writing diskettes each of a minimum 1.44 megabytes capacity formatted for MS-DOS filesystems.
D  An internal 3.5" floppy disk drive (as described in M above) is desirable.
M  It must be possible to attach a CD‑ROM or equivalent drive capable of reading ISO9660 CD-ROMs.
D  An internal CD-ROM or equivalent drive (as described in M above) is desirable.
R  Tenderers are asked to give details of serial interfaces and any other type of input/output interfaces that could be installed.
R  Tenderers must describe the possibilities, costs and installation times for upgrading the offered systems, in particular:


  • upgrading the CPU (in a binary-compatible manner)

  • upgrading the memory

  • increasing the size and/or number of internal disks


R  Tenderers must supply detailed specifications of the Technical Desktop Computer, including:


  • details of the architecture of the system, in particular on the interconnect between the CPU, the memory and the I/O subsystem

  • the power consumption of the computer (including the monitor)

  • the heat output from the computer

  • the noise level

  • the size of the system offered, including the footprint

  • the number of free expansion slots.



R  The Tenderer should provide information about noise ratings for the tendered system. If possible, the Tenderer should provide the sound pressure levels at one metre distance from the system, at the following frequencies:
63Hz, 125Hz, 250Hz, 500Hz, 1kHz, 2 kHz, 4kHz, 8kHz
D  It is highly desirable that the system has an overall Noise Rating value of less than NR35 within a small office environment, as recommended in the guide “Environmental Criteria For Design (1986), table A1.10.” published by the Chartered Institute of Buildings and Service Engineers.

    1. Hardware Requirements for Scientific Desktop Computers



D  It is desirable that the Scientific Desktop Computers are binary compatible with the Technical Desktop Computers.
D  It is desirable that the Scientific Desktop Computer is based on the same platform as the Technical Desktop Computer, so that the latter can be upgraded to the former. If this is the case, please provide details of the changes required and the costs of such an upgrade.
M  A memory of at least 512 megabytes is required.
R  Tenderers should describe how the memory subsystem is configured, in particular the number and type of memory modules used, the number of free slots for memory modules and any constraints on mixing different sizes of memory modules. In addition, if the system contains two or more CPUs, then any resulting constraints on memory access by the CPUs must be described.
M  It must be possible to upgrade the memory to at least 1 gigabyte.
M  A local hard disk with a capacity of at least 9 gigabytes is required.
M  It must be possible to add, as an option, a single-ended SCSI interface to allow the attachment of external SCSI devices to the system. Any additional costs involved should be described
M  A Fast Ethernet interface with an RJ45 connector is required. Tenderers are asked to provide details of the interface.
R  Tenderers are asked to provide details, including the costs, of any additional networking interface options that may be available, e.g. Gigabit Ethernet.
M  It must be possible to attach a 3.5" floppy disk drive capable of reading and writing diskettes each of a minimum 1.44 megabytes capacity formatted for MS-DOS filesystems.
D  An internal 3.5" floppy disk drive (as described in M above) is desirable.
M  It must be possible to attach a CD‑ROM or equivalent drive capable of reading ISO9660 CD-ROMs.
D  An internal CD-ROM or equivalent drive (as described in M above) is desirable.
R  Tenderers are asked to give details of serial interfaces and any other type of input/output interfaces that could be installed.
R  Tenderers must describe the possibilities, costs and installation times for upgrading the offered systems, in particular:


  • upgrading the CPU (in a binary-compatible manner)

  • increasing the number of CPUs (if possible)

  • upgrading the memory

  • increasing the size and/or number of internal disks.


R  Tenderers must supply detailed specifications of the Scientific Desktop Computer, including:


  • details of the architecture of the system, in particular on the interconnect between the CPU, the memory and the I/O subsystem

  • details of any additional I/O ports and connections

  • the power consumption of the computer (including the monitor)

  • the heat output from the computer

  • the noise level

  • the size of the system offered, including the footprint

  • the number of free expansion slots.


R  The Tenderer should provide information about noise ratings for the tendered system. If possible, the Tenderer should provide the sound pressure levels at 1 metre distance from the system, at the following frequencies:
63Hz, 125Hz, 250Hz, 500Hz, 1kHz, 2 kHz, 4kHz, 8kHz
D  It is highly desirable that the system has an overall Noise Rating value of less than NR35 within a small office environment, as recommended in the guide “Environmental Criteria For Design (1986), table A1.10.” published by the Chartered Institute of Buildings and Service Engineers.


    1. Hardware Requirements for Server



D  Preferably the system should be able to continue functioning after a failure of any one of its hardware components (after a reboot, if necessary).
M  Tenderers must describe how the memory subsystem will be configured, in particular the number and type of memory modules used, the number of banks used, the number of free slots for memory modules and any constraints on mixing different sizes of memory modules.
M  At least five internal system disks of at least 9 gigabytes each are required.
M  In addition to the system disk space requirement, at least 500 gigabytes of usable disk space is required. Tenderers must include the following as options, and specify the costs of each option


  • Simple set of independent disks, directly attached

  • RAID disk subsystem, directly attached; Tenderers must provide details of the RAID subsystem, with the levels of RAID supported

As a further option, a network attached disk subsystem, also known as a “Storage Area Network or SAN” may be offered, in which case full details of performance characteristics and the costs must be provided.


M  It must be possible to increase the local disk space capacity to at least 5 terabytes.
R  The Tenderer is asked to give details of how disks are connected to the Server, in particular the type of channel or bus used, and the maximum I/O rate to a single physical disk. Any degradation of I/O performance when multiple physical disks are accessed simultaneously should be described.
R  The Tenderer is asked to give details of any features which allow filesystems to be shared between two or more servers.
M  Two Gigabit Ethernet interfaces are required. The Tenderer is asked to give details of the interfaces provided, whether any resilience is provided, and whether there are facilities for load balancing over multiple interfaces.
R  Tenderers must give details for any additional network interfaces that are available for the tendered system; in particular details of HIPPI interfaces and interfaces for Gigabyte System Network (GSN) are of interest.
R  Tenderers must describe the possibilities, costs and installation times for upgrading the offered system, in particular:


  • upgrading the CPU

  • increasing the number of CPUs

  • upgrading the memory

  • increasing the amount of locally attached disk space.


R  The Tenderer is asked to provide details of


  • whether an operator’s console, is included in the system offered

  • how an operator’s console would be connected, including details of options for connecting a monitor, keyboard and possibly a mouse

  • the architecture of the system, in particular the interconnect between the CPU, the memory and the I/O subsystem

  • any additional I/O ports and connections

  • the machine configuration, size and weight

  • space required for service access

  • the number of free expansion slots

  • the environmental requirements and specifications

  • electrical power requirements

  • cooling requirements.


R  As stated in section 1.5 above, the Centre anticipates installing additional servers. Tenderers must indicate whether it would be possible to configure two or more servers as a High Availability System with no single point of failure. Any additional hardware and software which would be required must be described, including the costs involved.

 Inactive since 5 June 1992; refers to the former Socialist Federal Republic of Yugoslavia

1 For the purpose of this procurement, Intel-compatible products are considered to be acceptable alternatives to original Intel products.

ITT ECMWF/1999/171 Volume II





Download 272.82 Kb.

Share with your friends:
1   2   3




The database is protected by copyright ©ininet.org 2024
send message

    Main page