Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

70 -- 7010 - Very Long Baseline Interferometry (VLBI) correlator hardware for the USNaval Observatory (USNO)

Notice Date
1/19/2023 7:54:35 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N3600122RC013
 
Response Due
1/19/2023 8:00:00 PM
 
Archive Date
02/04/2023
 
Point of Contact
Anthony Santulli anthony.j.santulli2.civ@us.navy.mil
 
E-Mail Address
anthony.santulli@navy.mil
(anthony.santulli@navy.mil)
 
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 aproposal/quotation, nor does its issuance in any way restrict the Government as to its ultimate acquisitionapproach. The Government will neither award a contract solely on the basis of this notice, nor will itreimburse the contractor for any costs associated with preparing or submitting a response to this notice. Anyinformation provided by the Government at this time is preliminary and may be updated or changed prior torelease of a formal solicitation. The purpose of this Sources Sought Notice is to identify potential sources to acquire a fully operationalreplacement for the existing Very Long Baseline Interferometry (VLBI) correlator hardware for the US NavalObservatory (USNO). The new correlator hardware shall consist of the compute nodes, data storage, interconnecting switches andsoftware integration necessary to replace the current USNO correlator system. The new correlator systemshall be capable of processing in real time recorded data streams recorded at up to Gbps from up to sixteen(16) VLBI stations simultaneously. Data shall be transferred to the correlator via high speed interconnects(100 Gbps) from disk based storage and existing USNO VLBI data acquisition units. The correlator systemshall contain at least twenty (20) processing nodes that will be connected through high-speed (25 Gbps)interconnects. The operating system and correlator software shall consist of the Red Hat Enterprise Linuxrunning the DiFX software package. A system for distributing OS and DiFX package upgrades to all nodes within the cluster shall be put in place.The system architecture shall be fully expandable in order to meet future USNO mission requirements. Thecontractor shall provide all necessary documentation regarding the correlator system hardware and software.The contractor shall also provide the system software integration necessary to make the correlator capable ofprocessing current VLBI data loads. A Firm Fixed Priced contract is anticipated to satisfy this requirement. The North American IndustrialClassification 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 torespond 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 willbe considered, although any questions/comments/ideas will not be responded to directly. The goal of suchfeedback is to determine if a) a small business would be able to perform as a prime contractor, or b) anyother sources other than the incumbent would be able to perform as a prime contractor. The submission should include the following information and reference N3600122RC013FS: 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 pastperformance information. If past performance information is provided, please include only relevant past performance for thesame/similar item within the last five (5) years. This relevant past performance information should identifythe applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contractdelivery date; description of the supplies provided AND the relevancy of the supplies to the requirement; anda 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 describedrequirement. Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate thecapabilities 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 anthony.j.santulli2.civ@us.navy.mil no later than4:00 PM (local time/Philadelphia, PA) on 20 January 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd900331d579462dada834592099342b/view)
 
Place of Performance
Address: 3450 Massachusetts Ave, Washington, DC 20392, USA
Zip Code: 20392
Country: USA
 
Record
SN06568753-F 20230121/230119230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.