Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2017 FBO #5733
SOLICITATION NOTICE

75 -- Computational System Performance Requirements

Notice Date
8/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134017R0919
 
Response Due
8/10/2017
 
Archive Date
8/11/2017
 
Point of Contact
MADELINE JACKSON 407-380-4925
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Device 20H16, Voyage Management System (VMS) Trainer, Computational System Performance Requirements 1.SCOPE. This Statement of Work (SOW) establishes the requirements for non-personal services and technical support to be provided to the Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando in support of task for the upgrade of equipment for Device 20H16 Voyage Management System, located at Surface Warfare Officers School Command Unit (SWOS Det.), Norfolk, VA. 1.1 Background. The Device 20H16 VMS is a computer-based navigation, planning and monitoring system. It is designed in accordance with International Maritime Organization specifications, as an Electronic Chart Display and Information System (ECDIS), and certified to the specifications of the United States Navy for ECDIS-N. The system consists of one or more computer workstations connected by a Local Area Network (LAN), with additional workstations or remote monitors providing a VMS display at any required location. 2.List of Contract Line Item Numbers, Items, Quantities and Units of Measure: CLIN 0001: Device 20H16 Voyage Management System(VMS) Trainer Computers 15 each. CLIN 0002: Solid State Hard Drive 256GB 30 each. CLIN 0003: Spare Removable Hard Drive Enclosure (Frame and Carrier) 15 each. CLIN 0004: Display Monitors 19 inch 30 each. 3.Computational System Performance Requirements: The purpose of this effort is to provide a technology refresh to the VMS Operator Course computational equipment for Device 20H16 Voyage Management System(VMS) Trainer. The computational system shall include Dell Precision Tower 5810 with a Chassis, Processor, Motherboard, Memory, Video Card, Solid State removable Hard Drive, Optical Drive, Hard Drive Enclosure, TPM, Keyboard and Mouse, and Operating System. The computational and ancillary equipment listed herein comprises the minimum hardware performance requirements of the computational system. The contractor shall deliver computational and ancillary equipment with equivalent computer components meeting the following minimum performance requirements and exact quantities: Minimum Requirements CLINPerformance RequirementQuantity 0001Trainer Computer with following components15 ChassisDell Precision Tower 5810 425W TPM Chassis ProcessorIntel Xeon E5-1620v4 3.5 10M 2400 4C CPU (Requires DDR4-2400 system memory MotherboardIntel processor board, with PCIe video slot, PCIe X16 expansion slot, PCI expansion slot, 1000BaseT integrated NIC (recommended Z77 chipset) Memory8GB DDR4-2400 (1x8GB) Registered RAM Video CardAMD FirePro W5100 4GB 4xDP 1st, cables included Graphics Optical DriveCD/DVD-RW Optical Drive Hard Drive EnclosureInstalled Removable Hard Drive Enclosure (Frame and Carrier) MouseUSB Optical mouse KeyboardUSB Standard English SpeakerBasic External Speakers with Volume Control Operating SystemWindows 7 Pro, 64bit (Including Windows 10 Pro License) (619-AIKN) WarrantyProSupport Flex Client: 7x24 Technical Support, 5 Years 0002Solid State Hard Drive 256 GB30 0003Spare Removable Hard Drive Enclosure (Frame and Carrier)15 0004Monitor: Dell 19 - P1917S, Aspect Ratio 5:4 Backlit, SXGA (1280x1024@ 60 Hz), VGA and DVD-I inputs, Swivel and height adjustment capabilities, Non-glare and Wide view angle30 For each component specified the contractor shall deliver a uniform set of the quantity specified (e.g. do not mix similar performance but different brands, types, models, makes, etc to achieve the quantity specified). In the event of an incompatibility between components meeting the specified performance requirements, the contractor shall notify the Government and provide working alternatives that meet the specified performance requirements. The Contractor shall not procure alternatives until written authorization is provide to the contactor via the Government Procuring Contracting Officer (PCO). The contractor s 5 year next business day 8:00am - 5:00pm service warranty shall cover all components within the scope of this requirement. 4.Dates, Places of Delivery, Acceptance, and Free On Board (FOB) Point: Delivery shall be made FOB point to following destination: SWOS Support Site Norfolk 1534 Piersey Street Suite 300 Norfolk, VA 23511-2612 Attn: Charles Barber Phone: 757-235-2727 The contractor shall deliver the computational and ancillary equipment, in the quantities listed, to the point of contact and its shipping addresses within 30 days after contract award. Inspection and Acceptance will occur at each delivery site and will be conducted by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0919/listing.html)
 
Place of Performance
Address: swos Support Site Norfolk
Zip Code: 1534 Piersey Street
 
Record
SN04609883-W 20170804/170802233152-84c233926607a28e5fc4469495216426 (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.