SOURCES SOUGHT
70 -- Develop, build, and install both hardware and software necessary to upgrade and replace the Very Long Baseline Interferometry (VLBI) correlator system at the US Naval Observatory.
- Notice Date
- 5/22/2018
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018918RZ079
- Response Due
- 5/25/2018
- Archive Date
- 6/9/2018
- Point of Contact
- Michael Placido michael.placido@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research) and is not a pre-solicitation notice or solicitation for proposals/quotations. This synopsis does not constitute a request for a proposal/quotation, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation. The purpose of this Sources Sought Notice is to identify potential sources to acquire a fully operational replacement for the existing Very Long Baseline Interferometry (VLBI) correlator hardware for the US Naval Observatory (USNO). The new correlator hardware will consist of the compute nodes, data storage, interconnecting switches and software integration necessary to replace the current USNO correlator system. The new correlator system will be capable of processing in real time recorded data streams recorded at up to two (2) Gbps from up to fifteen (15) VLBI stations simultaneously. Data will be transferred to the correlator via high speed interconnects (10 Gbps) from disk based storage and existing USNO VLBI data acquisition units. The correlator system will contain at least sixty (60) processing nodes that will be connected through high-speed (10 Gbps) interconnects. The operating system and correlator software will consist of the Red Hat Enterprise Linux running the DiFX software package. A system for distributing OS and DiFX package upgrades to all nodes within the cluster will be put in place. The system architecture will be fully expandable in order to meet future USNO mission requirements. The contractor will provide all necessary documentation regarding the correlator system hardware and software. The contractor will also provide the system software integration necessary to make the correlator capable of processing current VLBI data loads. A Firm Fixed Priced contract is anticipated to satisfy this requirement. The North American Industrial Classification System (NAICS) code for this acquisition is 541512. Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement as a prime contractor are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. All comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to determine if a) a small business would be able to perform as a prime contractor, or b) any other sources other than the incumbent would be able to perform as a prime contractor. The submission should include the following information and reference N00189-18-R-Z079: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification 3. Capability statement displaying the contractor ™s ability to provide the required supplies to include past performance information. If past performance information is provided, please include only relevant past performance for the same/similar item within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract delivery date; description of the supplies provided AND the relevancy of the supplies to the requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement. Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The Government requests that interested parties respond to this notice if applicable. The Government will use information received to determine the best acquisition strategy for this procurement. Data submitted in response to this notice will not be returned. All submissions are required to be submitted via e-mail to michael.placido@navy.mil no later than 4:00 PM (local time/Philadelphia, PA) on 25 May 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918RZ079/listing.html)
- Record
- SN04931272-W 20180524/180522231149-d33910169a35c63a36614dc0308640c3 (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 |