Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

70 -- REMOVABLE MEMORY SYSTEM

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S0AF6010B003
 
Response Due
3/4/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW, the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Price Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 & DFARS change notice (DCN) 20060123. Standard Industrial Classification (SIC) code is 3572, FSC code is 7025 & the size standard is 1000 employees. NAICS is 334112. The Air Force Flight Test Center has a requirement for (4 ea.) Removable Memory System. The system must be able to handle applications requiring removable rugge-dized data storage. We are seeking a solution for mass storage, high-capacity, compact, embedded applications that allow for portability data transport & security. The removable memory system must be for recorder & server systems. Salient characteristics are as follows: Functional capacity: 146 gigabytes Interface: 8-bit SE or 16-bit LVD SCSI or Dual Fibre Channel Average Seek Time: 5.2 milliseconds Average Latency: 2.99 milliseconds Transfer Rate Sustained: 38.4-68.5 megabytes/sec Cache Size: 8 megabytes Power Type: +5 Vdc & +12 Vdc Heater Power: +12 Vdc or +28 Vdc Heater Physical Charateristics: Length (in) [mm] 7 [178] Width (in) [mm] 4.9 [125] Height (in) [mm] 2.3 [59] Weight (lbs) [kg] 4.4 [2] Power (watts) 14 MTBF (Hrs) >130,000 Bit Error Rate < 1 in 10,000,000,000.00 Cooling Free Conv Enviromental Characteristics: Temperature (op) C -40 to +71 (force air cooling) Temperature (nop) C -40 to +85 Shock (op) 15g/11msec Shock (nop) 60g/11msec Vibration (op) 1.62Grms standalone (20-2000Hz Altitude (feet) [km] ?1000 to + 70,000 ft [-3 to 21.3] Roll Rate (op) F-14, F-18, Grippen, F-111 profiles Linear Acceleration (op) +/- 12g Linear Acceleration (nop) +/- 22.5g Interested parties who believe they can meet all the requirements for the described Removable Memory System in this synopsis are invited to submit in writing complete information describing their ability to provide the required equipment. FOB Destination is the Government preferred method of shipping. Please submit ?FOB Destination? shipping information with all submittals to the office. Delivery Schedule: 2-3 DARO. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. 52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following online Representations & Certifications Application (ORCA) completed--- http://orca.bpn.gov/. for MPIN registration---http://www.ccr.gov/mpin.asp/. Use of online reps & certs application (ORCA) became mandatory 1 Jan. 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Reps & Certs are to be completed at least annually by vendors online through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor reps & certs that would apply to any acquisition in the form of 26 questions. Solicitation specific Reps & Certs may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA handbook. Provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Provision at 52.212-2, Evaluation, Commercial Items. (JAN 1999). The government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government in terms of price and other factors. "Product shall meet the Government's exact specifications (exact form, fit, and function). The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the government requirement; (ii) price; (iii) past performance 52.212-3 Offeror Representations & Certifications, Commercial Items 52.204-7 Central Contractor Registration 52.212-4 Contract Terms & Conditions, Commercial Items 52.212-5 Contract Terms & Conditions required to Implement statutes 52.225-4 Buy American Act, North American Free Trade Agreement, Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Reps & Certs, Commercial Items 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.222-3 Convict Labor 52.222-19 Child Labor, Cooperation with Authorities & Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans 52.225-3 Buy American Act, North American Free Trade Agreement 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 FOB Destination 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive orders applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.225-7036 North American Free Trade Agreement Implement Act 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.201-9101 Omsbudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave., Edwards AFB, CA 93524. No later than close of business (COB) xx Jan 2006 at 4 p.m. Faxed transmissions of quotes are acceptable. Fax number is 661-275-7862 or e-mail: kim.rabatin@edwards.af.mil
 
Place of Performance
Address: Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave., Edwards AFB, CA
Zip Code: 93524
Country: U.S.
 
Record
SN00990547-W 20060219/060217212310 (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  © 1994-2020, Loren Data Corp.