Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2010 FBO #3315
SOLICITATION NOTICE

70 -- VP11- 6U VMEbus PCs CPU Cards and SATA II 64GB Solid State Disks

Notice Date
12/20/2010
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811R1011
 
Response Due
1/3/2011
 
Archive Date
2/28/2011
 
Point of Contact
Alexander Del Guidice 540-653-7080 Alexander Del Guidice,
 
E-Mail Address
40-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-11-R-1011 and is issued as a request for proposal. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia 22448-5110 intends to procure the following on a sole sourced manufacturer basis (compete among authorized resellers) to GE Intelligent Platforms Embedded Systems, INC., 12090 S Memorial PKWY, Huntsville, Alabama 35803. CLIN 0001 (Quantity: 36) VP11 - 6U VMEbus PC CPU Cards, with "T7400" Core2Duo 2x 2.167GHz (65nm, Merom), dual slot, ATI X300, w/o TMDS, 8x GPI, 2GB DDR2 SDRAM, 2x GigE front + 1x FastE front, full PMC2-I/O, commercial, and air cooled. CLIN 0002 (Quantity: 48) SATA II 64GB Solid State Disk Drive, (0 to 70 degrees C), RoHS, 135MB/s Read, 105MB/s Write. The units have been tested and proven their dependability, and must be identical to the design of the previous sponsor's aircraft so that if any future repairs are required then spare cards may be procured that are consistent with the existing design. There would be significant delays in re-writing software for new board designs, extensive ground and airborne dry-fire flights would be required, and a return to the NSWCDD Product Review Panel, as well as the authorized safety review. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. This solicitation document and incorporated clauses and provision are those in effect through Federal Acquisition Circulars FAC 2005-46, Effective 29 October 2010. 52.212-1 -- Instructions to Offerors -- Commercial Items; 52.212-3 “ Offeror Representations and Certifications -- Commercial Items; 52.212-4 -- Contract Terms and Conditions -- Commercial Items; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation); 252.211-7003 Item Identification and Valuation. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil. The following local clauses will be incorporated: Ddl-F40 which will require the offeror to give the Government notification if delivery will be late; Ddl-G50 which requires offeror to submit invoices through Wide Area Workflow. This acquisition will occur via a Firm Fixed Price (Commercial) contract. Lowest price technically acceptable will win award. Offerors must propose in accordance with the requirements stated in this combined synopsis/solicitation and in the attachment to be eligible for award. This procurement is NOT set-aside for small business. The North American Industry Classification System (NAICS) code is 334418 with a size standard of 500 people. The closing date is 1500 EST on 3 January 2011. All pricing shall be FOB-Destination to the Naval Surface Warfare Center, Dahlgren Division 6220 Tisdale Suite 159, Dahlgren, VA 22448-5114 between the hours of 0700 EST and 1430 EST on weekdays shall apply. No deliveries will be accepted on Federal Holidays. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. All questions must be directed to the contract specialist at alexander.delguidice@navy.mil by 1300 Eastern Time on 27 December 2010. Electronic proposal submission is encouraged at alexander.delguidice@navy.mil, but the proposal may also be faxed to 540-653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, CXS11 Contract Branch, Attn: Alexander Del Guidice Bldg 183 RM 102, 17632 Dahlgren Rd, Suite 157, Dahlgren, VA 22448-5110. Proposal should reference N00178-11-R-1011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811R1011/listing.html)
 
Record
SN02347426-W 20101222/101220234005-82e2a02d51fb209499e9182defd95cee (fbodaily.com)
 
Source
FedBizOpps 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.