Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2005 FBO #1152
SOLICITATION NOTICE

70 -- ATACC Computer Systems

Notice Date
1/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-05-Q-0202
 
Response Due
1/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
P CLASS Cindy Rutledge, Contract Specialist, submit written questions or concerns to rutledge@rl.af.mil or FAX 315/330-8112. DESCRIPTION: The Air Force Research Laboratory Information Directorate, Rome NY intends to solicit and negotiate a sole source purchase order under the authority of FAR 6.302-1 with OPM LLC, 10000 E. Bexhill Dr, Kensington, MD 20895-3203 for the purchase of two (2) Advanced Tactical Air Control Computers (mobile computer systems). These systems must contain the following requirements: IP Rating: The system must have an IP (Ingress Protection) rating of 65 minimum. TACPs today are deployed in regions where dust and water are of a high concern. Computer related equipment is especially susceptible to damage from dust and sand. A computer with an IP rating of 65 means that there is no intrusion from dust or sand (6) and that the computer can with stand water spray (5) Screen Size: The system must have screen size of 8.4" diagonal. Screens which are lager (10.1" and above) are too large to comfortable mount on the body. Screens which are smaller (6.4" and below) do not have sufficient viewable area for the display of mapping information. Weight: The system must not weigh more that 5.5 lbs including I/O's and battery. Hot Swap Battery: The system must have a true hot swap battery replacement feature. Hot swap is defined as the ability to remove the resident battery from the computer system, while the system is running (no tools required), and maintain full operation of the computer system while the battery is removed from the system. Battery Hot Swap time must be no less than two (2) minutes. It is necessary to replace the battery from time to time while in the field, the ability to "hot swap" the battery with out the loss of critical data is crucial. Custom I/O: The system must have a military influenced Input Output (I/O) interface. The design of the I/O is critical for the operational efforts of the user in the field. The I/O must be of a design that is both legacy compatible as well as compatible with future technologies i.e., HUD Touch Screen: The system must use true touch screen technology. Many systems use a touch screen technology that requires the use of a special (digitized) pen/stylus. The requirement is for the operator to have the ability to use any device available for navigation of the screen including his finger. Any alternative solution would have an adverse affect on the operational requirements of the TACP in that the computer is rendered useless if the special pen/stylus is lost or destroyed. Vehicle Mount: The system must be able to be easily mounted into a vehicle and must be able to draw power from the vehicle. As TACPs are not dependent upon mechanized units for transportation the ability to mount the computer system in any available vehicle is necessary for the successful completion of the mission. Processor: The system must have, at a minimum, an 800 MHz processor and 512 MB RAM. The system should consider Transmeta Crusoe as the processor manufacturer. Transmeta technology has proven to use less power and does not generate as much heat as the Intel Pentium class set of chips including the Intel Pentium M. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotations. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received (quote with product specifications) will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This procurement is setaside 100% small business. The NAICS code is 334119. This procurement shall be awarded under Simplified Acquisition Procedures (SAP).
 
Record
SN00736795-W 20050121/050119211727 (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.