Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2005 FBO #1158
SOLICITATION NOTICE

70 -- 430 Each CD-ROM-RW

Notice Date
1/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305Q0083
 
Response Due
2/4/2005
 
Archive Date
3/5/2005
 
Description
This requirement is in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-05-Q-0083. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2001-26. The applicable NAICS Code for this requirement is 334112 and has a size standard of 1000. NUWC Division Keyport has a requirement for the following: CLIN 0001: 430 Each CD-ROM-RW, In order for the CD-RW drive to operate correctly it must fulfill the following requirements: 1. Be capable of reading CDs at up to 40x, rewrite at 12x and write at 40x. 2. Support CD-DA, CD-Extra, CD-ROM Mode-1, CD-ROM XA, Multisession, CD TEXT, UDF, and MRW formats. 3. Drive initialization time from power up to disc available for read: <15 sec. 4. Disc access time <120ms. 5. 4MB Data buffer. 6. Error rates: CD-ROM Mode 1, 1 block/10(twelve zeros)12bits; CD-ROM Mode 2, 1 Block/10(nine zeros)bits. 7. Drive must have external eject button, and a means of manual emergency eject. 8. Drive must have indicator lights showing when disk is loaded, disc access and disk write. 9. Powered by standard internal computer power connector. 10. Computer interface must be through 50 pin SCSI connector. 11. Drive must provide means of changing SCSI ID, parity, bus termination and block size. 12. Drive Host interface must comply with ANSI X3.131 and be 1994SCSI compliant. 13. Support burst mode transfer to 20MB/s (synchronous) and 5MB/s (asynch). 14. Respond to a computer identification inquiry with the string: "PLEXTOR CD-R PX-W4012S" to be compatible with TTWCS OE software version 6.3.5 15. Have demonstrated compliance with MIL-S-901D Grade A Class 2 Type A Medium Weight Shock requirements when tested in the AN/SYK-28(V) Tomahawk Equipment Rack (Part Number 20534200G02). 16. Have demonstrated compliance with MIL-STD-167(1) Ships Vibration (4-25Hz) requirements when tested in the AN/SYK-28(V) Tomahawk Equipment Rack (Part Number 20534200G02). 17. Have demonstrated compliance with MIL-STD-810 & OD61988 Operational and Non-Operational Temperature requirements when tested in the AN/SYK-28(V) Tomahawk Equipment Rack (Part Number 20534200G02). 18. Have demonstrated compliance with MIL-STD-810 & OD61988 Humidity requirements when tested in the AN/SYK-28(V) Tomahawk Equipment Rack (Part Number 20534200G02). 19. Have demonstrated compliance with MIL-STD-740-1 Airborne Noise, Grade A12 requirements when tested in the AN/SYK-28(V) Tomahawk Equipment Rack (Part Number 20534200G02). 20. Have demonstrated compliance with MIL-STD-461/462 EMI/EMC requirements when tested in the AN/SYK-28(V) Tomahawk Equipment Rack (Part Number 20534200G02). 21. Excluding front panel the drive must have the following dimensions: 5.75 Inches by 1.63 Inches by 7.95 Inches and should weigh no more than 2.5lbs. 22. Manufacturer rated MTBF must be more than or equal to 60,000 hours. 23. Tray must be rated for 100,000 load/unload cycles. 24. Drive must meet the following regulatory standards: UL 1950, FDA 21 CFR, FCC 15J-Class B. Part Number: PX-W4012TS-/SW, known manufacture Plextor. FOB Destination: NUWC Division Keyport, Keyport, WA 98345-7610. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Faciliti! es, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following DFAR clauses cited in this clauses are applicable to this acquisition: 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration. The following DFAR clause 252.211-7003 has been added in full. Qu! otes/Offers are due no later than 04 Feb 05, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DX-C9. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov. Any questions should be submitted in writing via the fax number provided above or e-mailed to elyhj@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed.! Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same. Numbered notes 1, 9 applies.
 
Record
SN00739806-W 20050127/050125212247 (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.