Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

59 -- 0010109221

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
0010109221
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Point of Contact
Amanda Ankerman, Contract Specialist, Phone 301-995-8672, Fax 301-995-8670, - Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670,
 
E-Mail Address
Amanda.Ankerman@navy.mil, josephine.scully@navy.mil
 
Description
The purpose of the intended action is to issue a modification of the Indefinite Delivery/Indefinite Quantity Contract awarded to Formation, Inc. located at Formation, Inc., 121 Whittendale Drive, Moorestown, NJ 08057, for AIR02, Digital Audio Data Recorder (DADR) Systems, contract number N00421-03-D-0058. The AIR02 Systems support the Fleet Area Control and Surveillance Facility (FACSFAC) Air Control Tracking System (FACTS) and U.S. Air Force (USAF) Battle Control Center-Experimental (BCC-X) Project. Post award, the fleet issued an Operational Capability Improvement Request (OCIR) expanding the functional and performance requirements of the Digital Air Data Recorder (DADR). The revised Navy and AF DADR System capabilities requirements necessitate additional data storage capacity, the incorporation of a time synchronization function, and the physically smaller unit. This action is under the authority of FAR Part 12.6. This action applies to Option Years One through Four and accommodates these requirements by adding the following items to the contract: *** (OPTION YEAR1) CLIN 0123 2U AIR O2 Platform with OS, 512 MB, no HD. (Quantity 2 EA); CLIN 0124 Side Rail Option. (Quantity 2 EA); CLIN 0125 Dual Power Supply Option. (Quantity 2 EA); CLIN 0126 147 GB 10k RPM. (Quantity 110 EA); CLIN 0127 100 GB AIT Tape Drive. (Quantity 4 EA); CLIN 0128 100 GB AIT-3 Tape. (Quantity 40 EA); CLIN 0129 SNTP Time Synchronization (one per AIR 02 system pair). (Quantity 12 EA); CLIN 0130 LAN API (one per AIR 02 system). (Quantity 12 EA); CLIN 0131 Screen Recording (one license per recording channel). (Quantity 100 EA); CLIN 0132 Screen Replay (one license per replay channel). (Quantity 100 EA); CLIN 0133 Engineering Rate (support per hour). (Quantity 500 EA); and CLIN 0134 Travel. (OPTION YEAR 2). CLIN 0223 2U AIR O2 Platform with OS, 512 MB, no HD. (Quantity 2 EA); CLIN 0224 Side Rail Option. (Quantity 2 EA); CLIN 0225 Dual Power Supply Option. (Quantity 2 EA); CLIN 0226 147 GB 10k RPM. (Quantity 110 EA); CLIN 0227 100 GB AIT Tape Drive. (Quantity 4 EA); CLIN 0228 100 GB AIT-3 Tape. (Quantity 40 EA); CLIN 0229 SNTP Time Synchronization (one per AIR 02 system pair). (Quantity 12 EA); CLIN 0230 LAN API (one per AIR 02 system). (Quantity 12 EA); CLIN 0231 Screen Recording (one license per recording channel). (Quantity 100 EA); CLIN 0232 Screen Replay (one license per replay channel). (Quantity 100 EA); CLIN 0233 Engineering Rate (support per hour). (Quantity 500 EA); and CLIN 0234 Travel; (OPTION YEAR 3) CLIN 0323 2U AIR O2 Platform with OS, 512 MB, no HD. (Quantity 2 EA); CLIN 0324 Side Rail Option. (Quantity 2 EA); CLIN 0325 Dual Power Supply Option. (Quantity 2 EA); CLIN 0326 147 GB 10k RPM. (Quantity 110 EA); CLIN 0327 100 GB AIT Tape Drive. (Quantity 4 EA); CLIN 0328 100 GB AIT-3 Tape. (Quantity 40 EA); CLIN 0329 SNTP Time Synchronization (one per AIR 02 system pair). (Quantity 12 EA); CLIN 0330 LAN API (one per AIR 02 system). (Quantity 12 EA); CLIN 0331 Screen Recording (one license per recording channel). (Quantity 100 EA); CLIN 0332 Screen Replay (one license per replay channel). (Quantity 100 EA); CLIN 0333 Engineering Rate (support per hour). (Quantity 500 EA); and CLIN 0334 Travel. (OPTION YEAR 4) CLIN 0423 2U AIR O2 Platform with OS, 512 MB, no HD. (Quantity 2 EA); CLIN 0424 Side Rail Option. (Quantity 2 EA); CLIN 0425 Dual Power Supply Option. (Quantity 2 EA); CLIN 0426 147 GB 10k RPM. (Quantity 110 EA); CLIN 0427 100 GB AIT Tape Drive. (Quantity 4 EA); CLIN 0428 100 GB AIT-3 Tape. (Quantity 40 EA); CLIN 0429 SNTP Time Synchronization (one per AIR 02 system pair). (Quantity 12 EA); CLIN 0430 LAN API (one per AIR 02 system). (Quantity 12 EA); CLIN 0431 Screen Recording (one license per recording channel). (Quantity 100 EA); CLIN 0432 Screen Replay (one license per replay channel). (Quantity 100 EA); CLIN 0433 Engineering Rate (support per hour). (Quantity 500 EA); and CLIN 0434 Travel.*** The Air 02 DADR architecture delivers extremely high band-width for recording, archiving and replaying screen images, voice inputs, radar protocols and Local Area Network (LAN) inputs. The U.S. Air Force determined that these capabilities are a functional requirement for the BCS-M system. Most of the BCS-M data conversion interfaces and drivers operate in a Windows NT environment; however, the Mission Correlator/Tracker/Combiner interface is a LINUX based system. Formation, Inc., is the only manufacturer producing a DADR System that records, archives and re-plays both voice and radar data. It is also fully compatible with the existing processing equipment and operates in a Windows NT/ LINUX environment. Formation, Inc. is the only known vendor with the capability of supplying the requirements to fulfill this requirement. Award is expected 30 September 2004. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive quotes. However, the Government will consider all information received by 17 September 2004 1530 EST. A determination by the government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The government will not pay for any information received. Facsimile proposals are acceptable. For information contact Amanda Ankerman, Code 2.5.1.2.3.5, Telephone (301) 995-8672, FAX (301) 995-8670 or via e-mail: Amanda.Ankerman@navy.mil
 
Place of Performance
Address: Villa Road, St. Inigoes, MD
Zip Code: 20684
Country: USA
 
Record
SN00667108-W 20040909/040907213159 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.