|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1007,
Room 44, Stennis Space Center, MS 39529-5004 66 -- ADVANCED DATA STORAGE DEVICE SOL N00173-00-R-SE05 POC Contract
Specialist, Eric J. Sogard; Contracting Officer, Patricia A. Lewis
(228) 688-5784 WEB: click here for related documents,
http://heron.nrl.navy.mil/contracts/home.htm. E-MAIL: click here,
SSCContracts@nrlssc.navy.mil. This is a combined synopsis/solicitation
for a commercial item prepared in accordance with the format in
Federal Acquisition Regulaton 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. This is a request for
proposal (RFP) and the solicitation number is N00173-00-R-SE05. The
Naval Research Laboratory (NRL) has a requirement for Advanced Storage
Devices for usage with a reconnaissance camera in a Tactical Air
Reconnaissance Pod System -- Completely Digital (TARPS-CD Pod). The
data storage devices shall have dual I/O interfaces. One shall support
an ANSI standard Fibre Channel interface; the other shall emulate the
interface to an Ampex DCRsi tape rcorder. Each interface shall be able
to be activated without hardware reconfiguration and shall access the
full capacity of the data storage device. The Ampex DCRsi compatible
interface shall be controlled through a serial control port using
either RS-232 or RS-422 protocols. The Fibre Channel interface may be
controlled through the Fibre Channel interface and shall use a standard
control protocol. The Ampex DCRsi interface shall be connector
compatible with a standard, ruggedized, DCRsi tape recorder. The Ampex
DCRsi compatible interface shall allow the data storage device to be
used as a drop-in replacement for the Ampex DCRsi tape recorder unit.
The software interface shall handle all Ampex DCRsi commands and shall
provide identical responses. The software shall inform the user during
readout that the end of the memory, or the end of a record segment has
been reached and shall allow new memory locations to be accessed. The
unit shall respond to periodic requests for information, such as the
present memory address without interruption of ongoing reading or
writing processes. The hardware for the data storage devices shall
consist of two (2) units; one ruggedized storage unit that is suitable
for flight in a military jet, and one reader unit that is rack mounted
and suitable for installation in a ground station. The ruggedized
storage unit shall consist of a chassis and one or more removable data
storage modules. The technical specifications for the ruggedized unit
are: Physical Size: Not to exceed 12.5" x 17.6" x 7.5", Weight: Not to
exceed 32lbs, Storage Capacity: minimum of 30 Gbytes, Data I/O rate:
greater than or equal to 64 Mbytes/sec., Error Rate: less than 10 to
the negative power of 12 BER, and Power Required: maximum 75 Watts at
28 VDC. The rack-mounted unit shal consist of a chassis that has the
same interfaces and functionality of the ruggedized unit. The technical
specifications for the rack mounted unit are: Physical Size: not
specified, Weight: no limitations, Storage Capacity: this unit shall be
capable of reading removable storage modules from the ruggedized
storage unit and shall have the same capacity, Data I/O rate and BER,
Power Required: standard 110V, 60 Hz. All software documentation and
user manuals shall be delivered with the units in accordane with
standard commercial practices. The required delivery of the units, with
all modules, interfaces and chassis units shall be no later than August
15th, 2000. If any calibration or installation tasks are required, such
tasks shall be included in the quoted price and shall be completed
within one week of delivery. The articles to be furnished hereunder
shall be delivered FOB destination to the Naval Research Laboratory,
Washington, DC 20375-5320. The solicitation and incorporated provisions
and clauses are those in effect through Federal Acqusition Circular
97-14 and for Defense Acquisition Supplement 91-13. The FAR and DFARS
provisions and clauses are hereby incorporated by reference. For full
text of FAR and DFARS provisions and clauses see
http://farsite.hill.af.mil/. Offerors are advised to propose in
acordance with the provision at FAR 52.212-1, Instructions to Offerors
-- Commercial Items. Offerors are advised to include with their offer
a completed copy of the following provisions: FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, DFARS
252.212-7000, Offeror Representations and Certifications -- Commercial
Items and DFARS 252.225-7000, Buy American-Balance of Payments Program
Certificate. Offerors will be evaluated in accordance with FAR
52.212-2, Evaluation -- Commercial Items. The specific evaluation
criteria under paragraph (a) of FAR 52.212-2 is: (1) technical
capability of the item offered to meet the Government's minimum needs
based on examination of product literature or technical approach
narrative, (2) Past Performance (Proven past performance of flight
hardware on a Navy military aircraft is highly desirable(See FAR
52.212-1(b)(10))(3) Delivery time, and (4) Price. The required delivery
date including any calibration and/or installation is a mandatory
evaluation factor, offerors not meeting this daate will be considered
non-responsive. Technical capability and past performance, when
combined are of greater inportance compared to price. The following FAR
clauses apply to this acquisition: FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items and FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders --
Commercial Items. The additional clause cited under FAR 52.212-5 that
are applicable to this acquisition are: FAR 52.203-6 Alt I, FAR
52.203-10, FAR 52.219-4, FAR 52.219-8, FAR 52.219-14, FAR 52.222-26,
FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR
52.232-33. The clause at DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes Applicable to this
acquisition are: DFARS 252.212-7001, 252.225-7012, 252.227-7015,
252.227-7037 and 252.233-7000. Any contract awared as a result of this
solicitation will be rated DO order certified for national defense use
under the Defense Priorities and Allocations System (DPAS)(15 CFR 700),
and the Contractor will be required to follow all of the requirements
of this regulation. Offers must be delivered to Procuring Contracting
Officer, Code 3250:EFS, Naval Research Laboratory, Department of the
Navy, Stennis Space Center, MS 39529-5004 and received no later than
4:00p.m. C.S.T., 16 May 2000. The package should be marked: RFP
N00173-00-R-SE05, Closing date: 05/16/00. For information regarding
this solicitation contact Eric Sogard, Contract Specialist at (228)
688-5980. This requirement is a 100% set-aside for small business (SB)
concerns. All responsible sources responding to ths solicitation will
be considered. Numbered Note 1 applies. Posted 04/25/00 (W-SN448368).
(0116) Loren Data Corp. http://www.ld.com (SYN# 0258 20000427\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|