Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

70 -- Network of Three Marinized And Ruggedized Computers (N3-MRCs)

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92222-07-R-1023
 
Response Due
10/17/2007
 
Archive Date
11/17/2007
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, and 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. The solicitation number H92222-07-R-1023 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. All future information about this acquisition, including solicitation amendments, will be solely distributed through the FedBizOps website. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. This requirement is issued on an unrestricted basis. The North American Industry Classifications (NAICS) code is 334111 and the size standard is not more than 1,000 employees to be considered a small business. The contract will be DO-C9E rated. This solicitation will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed price (FFP) contract. The contract minimum quantity is ten (10) NS-MRCs. The contract maximum quantity is 30. Contractor repair and maintenance may be solicited at a later time. The Government has a requirement for a Network of three Marinized and Ruggedized Computers (N3-MRCs) for use aboard an 82 foot combatant craft. The three computers will support the Officer In Charge, the Helmsman, and the Navigator. The computers / network shall be of open architecture as much as possible. System design shall allow for upgrades to the system architecture without redesign of original hardware components. Delivery locations: Special Boat Team Twelve in San Diego CA and Special Boat Team Twenty in Norfolk VA. There are 10 craft at each location. Standard Commercial Warranty to be provided with each computer. Technical manual/documentation to be included for each computer. A contractor technical representative shall be provided at delivery/Government installation in year one as ordered. Type of support is limited to connecting the computers to the existing cables and mounts on board the craft, calibrate the Transas radar/software (contractor is responsible for coordinating subcontractors). If the MTU CLIN is exercised, provide any calibration as required. If the TLI CLIN is exercised, provide any calibration as required to demonstrate that everything works. No special material required. Delivery requirements will be designated under individual delivery orders. FOB is destination. The computers shall have the following MINIMUM computing specifications: 1. Intel Core 2 Duo Pentium 4 2.4/2.66 GHz Processor 2. Removable (to allow for storage of classified information) and ruggedized, dual SATA Hard Drives (160GB+) configured in RAID 1 configurations 3. 2 GB 800 MHz Dual Channel DDR2 SDRAM 4. 256MB PCI-E Graphics Card (nVidia GeForce 8 series or ATI Radeon X1900/X1950 Series) 5. SVGA Display Connections: SVGA and DVI or Dual DVI Display capable 6. Removable 48X/16X CD/DVD Burner Drives (DVD+/-RW) with 48X/16X write speeds and double layer write capability a. Support image backup b. Data transfer 7. Radar Interface Board for Transas (Helm and Nav Computer only) a. PCI board; HF and LF data interface - Internal HF and LF frequency Box 8. Qty 4 - NMEA 0183 Input (listener) channels 9. Qty 1 - NMEA 0183 Output (talker) channels 10. Qty 2 - Minimum 10/100 Ethernet port 11. Qty 4 - Minimum USB 2.0 Ports 12. Qty 8 ? RS 232/422 configurable Ports 13. Video IN NTSC Composite & S-Video 14. Video recording & Playback 15. Still picture capture 16. Audio In/Out 17. Qty 1 - LPT (25 pin sub-d) Port (Dongle license) for use with Transas SW 18. Qty 1- AN/PSC-5D SATCOM Data Interface Port 19. Mouse and Keyboards ? Located 30 feet away from computer 20. Display is located 30 feet away from computer 21. Physical Dimensions to fit into MKV SOC Rack a. Not to exceed 15"W x 20"L x 8.5"H and 40 lbs 22. Mil-Spec Circular Connectors: MIL-DTL-38999 series III (quick disconnects) or equivalent 23. Power Requirements - internal to computer, 120 Vac, 100 Watts aggregate max a. Potential for direct DC power IN 24. Ruggedized Uninterruptible Power Supply (OPTION) Software Requirements: 1. Operating System ? Windows XP Pro 2. Survey existing craft and Upgrade existing Transas Navisailer 2400/3000 to Transas NaviSailor 3000 ECDIS-I software or later versions onto new computers 3. Video Viewer 4. Norton Ghost 10.0 or later versions 5. Adobe Acrobat Reader 8.0 Other hardware and Interface Requirements: 1. Receiver and Antenna for Automatic Identification System (AIS) Receiver System with overlay to Transas charts 2. Video Data Controller ViaSat VDC-600, or 800 vMail SATCOM (OIC computer only) 3. The computers will interface with an existing: a. Combatant Craft FLIR b. Furuno 1943C NAVNET c. Flux Gate Heading Sensor ? Furuno PG-500 or 1000 d. Depth Sounder Raymarine ST50 e. GPS - Furuno GP80, GP90, or BBWGPS Navnet GPS/WAAS Sensors f. MTU Engines (OPTION) i. Requires GUI interface for display ? Sample GUI provided GFI g. Fuel Tank, GEM5000 - Tank Level Indicator (TLI), (OPTION) i. Requires GUI Fuel Level Display and Interface Board, Sample GUI and Interface Board schematic provided GFI Environmental Requirements are as follows: All system components shall be treated/coated to protect against harsh marine environments (salt fog and occasional saltwater splashing) as well as driven sand. For protection against the environment an IP54 rating is the minimum (Solids-Limited protection against dust ingress (no harmful deposit), Liquids-Protected against water sprayed from any direction. Limited ingress permitted.). Air transportable up to 40,000 ft and by a common or military carrier (i.e., truck, van) Operating Temperatures: -40 to 140 degrees Fahrenheit Operating Humidity: 50-100% non-condensing Vibration: Workmanship Vibration Levels (30 min/axis, three axis) Freq 20-2000Hz; Response 2 G RMS Random Vibration Levels (30 min/axis, three axis) Freq 5-500Hz; Response 4 G RMS Shock: Half-sine 20mSec; Response 20 G in all 3 axis in both positive and negative directions All cables, connectors and mounting provisions shall have quick disconnects, be environmentally sealed, and constructed of corrosion resistant materials, with a goal of corrosive proof materials. All cables, connectors and mounting provisions shall provide Electromagnetic Interference (EMI) protection in a marine environment (T). The cables shall be clearly marked with product information. The markings shall remain legible for the usable life of the cable. Protective caps and plugs for the connectors shall be utilized to protect unmated connectors and will utilize a lanyard, cable, tie or equivalent to the connector in order not to be lost. CLIN Structure: Item No. 0001 N3-MRC, YEAR 1 Network of three Marinized and Ruggedized Computers (N3-MRCs) to include warranty and technical manuals/documentation. Max Qty 30 Each Unit Price $_____________ Max Amount $_____________ Item No. 0002 N3-MRC, YEAR 2 Network of three Marinized and Ruggedized Computers (N3-MRCs) to include warranty and technical manuals/documentation. Max Qty 30 Each Unit Price $_____________ Max Amount $_____________ Item No. 0003 N3-MRC, YEAR 3 Network of three Marinized and Ruggedized Computers (N3-MRCs) to include warranty and technical manuals/documentation. Max Qty 30 Each Unit Price $_____________ Max Amount $_____________ Item No. 0004 N3-MRC, YEAR 4 Network of three Marinized and Ruggedized Computers (N3-MRCs) to include warranty and technical manuals/documentation. Max Qty 30 Each Unit Price $_____________ Max Amount $_____________ Item No. 0005 N3-MRC, YEAR 5 Network of three Marinized and Ruggedized Computers (N3-MRCs) to include warranty and technical manuals/documentation. Max Qty 30 Each Unit Price $_____________ Max Amount $_____________ Item No. 0006 Install Technical Representative ? East Coast YEAR 1 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0007 Install Technical Representative ? West Coast YEAR 1 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0008 OPTION TLI Interface Card/GUI Display YEAR 1 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0009 OPTION TLI Interface Card/GUI Display YEAR 2 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0010 OPTION TLI Interface Card/GUI Display YEAR 3 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0011 OPTION TLI Interface Card/GUI Display YEAR 4 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0012 OPTION TLI Interface Card/GUI Display YEAR 5 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0013 OPTION Ruggedized UPS YEAR 1 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0014 OPTION Ruggedized UPS YEAR 2 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0015 OPTION Ruggedized UPS YEAR 3 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0016 OPTION Ruggedized UPS YEAR 4 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0017 OPTION Ruggedized UPS YEAR 5 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0018 OPTION MTU GUI Display Capability YEAR 1 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0019 OPTION MTU GUI Display Capability YEAR 2 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0020 OPTION MTU GUI Display Capability YEAR 3 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0021 OPTION MTU GUI Display Capability YEAR 4 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0022 OPTION MTU GUI Display Capability YEAR 5 Max Qty 30 Each Unit Price $____________ Max Amount $___________ Item No. 0023 OPTION TRANSAS Software Survey & Provide Latest TRANSAS Software YEAR 1 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0024 OPTION TRANSAS Software Survey & Upgrade 2400 YEAR 1 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0025 OPTION TRANSAS Software Survey & upgrade 3000 YEAR 1 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0026 OPTION TRANSAS Software Survey & Provide Latest TRANSAS Software YEAR 2 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0027 OPTION TRANSAS Software Survey & Upgrade 2400 YEAR 2 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0028 OPTION TRANSAS Software Survey & Upgrade 3000 YEAR 2 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0029 OPTION TRANSAS Software Survey & Provide Latest TRANSAS Software YEAR 3 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0030 OPTION TRANSAS Software Survey & Upgrade 2400 YEAR 3 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0031 OPTION TRANSAS Software Survey & Upgrade 3000 YEAR 3 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0032 OPTION TRANSAS Software Survey & Provide Latest TRANSAS Software YEAR 4 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0033 OPTION TRANSAS Software Survey & Upgrade 2400 YEAR 4 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0034 OPTION TRANSAS Software Survey & Upgrade 3000 YEAR 4 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0035 OPTION TRANSAS Software Survey & Provide Latest TRANSAS Software YEAR 5 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0036 OPTION TRANSAS Software Survey & Upgrade 2400 YEAR 5 Max Qty 100 Unit Price $__________Max Amount $__________ Item No. 0037 OPTION TRANSAS Software Survey & Upgrade 3000 YEAR 5 Max Qty 100 Unit Price $__________Max Amount $__________ FAR, DFAR and SOFAR Clauses. This solicitation and pending contract incorporates one or more clauses and provisions 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. FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items. Offers shall be signed and dated and show the date/time specified in the RFP for receipt of offers; the name, address, telephone number and email address of the administrative point of contact for the offeror; acknowledgement of solicitation amendments, if applicable; and the period for acceptance of the offer (minimum of 30 days required). The Offeror shall address the following factors in their proposal: (1) Factor 1: Price: The price proposal will be evaluated for completeness to ensure a price has been submitted for all CLIN/SLINs. All proposals will be evaluated for unbalanced pricing. Offerors are cautioned that unbalanced unit prices may be grounds for exclusion of a proposal from consideration for award. The Government will determine a total evaluated price for each Schedule proposed based upon known Government requirements for the five-year ordering period at the time of proposal evaluation. The Offeror shall complete the pricing in the Section B for a five-year ordering period for the item(s) proposed. Offerors shall propose range order quantities and unit pricing for the applicable CLINs to maximize economies of scale using stepladder pricing (e.g., 1-10 ea, 11-20 ea, 20-30 ea, etc.). (2) Factor 2: Technical: The Offeror?s technical proposal shall provide documented evidence of the Offeror?s capability to meet all technical requirements stated herein. Offerors shall provide product literature, cut sheets, and any other information deemed necessary to evaluate the item being proposed. The Government will evaluate each item offered by comparing the information provided to the specifications and capabilities identified in this combined synopsis/solicitation and make a determination as to whether or not that item meets all the requirements. Any exception to the Government's technical requirements must be included in the technical proposal and clearly delineated in a cover letter to the technical proposal. (3) Factor: Past Performance. Offerors shall provide three references to include contract numbers, POC, POC phone numbers for contracts of similar size and scope. 52.212-2 Addendum to Evaluation Commercial Items (a) Basis for Award. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: (1) Factor 1: Price: Price reasonableness shall be determined through competitive commercial market prices and IAW the guidelines set forth in FAR 15.404-1. (2) Factor 2: Technical. The Government will evaluate the Offeror?s technical proposal for documented evidence of meeting all or most of the technical requirements as stated in the solicitation. A proposal shall be considered unacceptable if it fails to meet ALL the pass/fail technical criteria as stated below. Pass/Fail Criteria: The contractor shall meet ALL the following, exceptions noted. (a) minimum computing specifications with the exception of the ruggedized uninterruptible power supply which is annotated as an OPTION; (b) software requirements; and, (c) other hardware and interface requirements with the exception of MTU GUI Display capability and TLI Interface Card/GUI Display which is annotated as an OPTION. (3) Factor 3: Past Performance: Offerors will be evaluated to determine that they have successfully completed similar work on time and within budget. (b) Standard Commercial Warranty: The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial does not waive the Government?s rights under the ?Inspection? clause nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. FAR 52.252-2, Clauses Incorported by Reference. 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/these address(es): http://farsite.hill.af.mil. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION). FAR 52.252-6, Authorized Deviations in Clauses. a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. DFARS 252.204-7004, Required Central Contractor Registration, Alt A DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.232-7003, Electronic Submission of Payment Requests. All communications regarding this procurement, INCLUDING all requests for technical information for ruggedized computers, must be in writing and submitted via email to Sandy Smith at smiths1@socom.mil. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements - you must clearly identify how your proposal meets ALL solicitation requirements. Proposals referencing number H92222-07-R-1023 may be submitted in hard copy via mail or hand-delivered to USSOCOM, ATTN: SOAL-KW/Attn: Sandy Smith,7701 Tampa Point Blvd., MacDill AFB FL 33621-5003. Offers shall include: (1) letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement of any issued amendments; (4) a proposed delivery schedule after receipt of a delivery order; (5) pricing in accordance with the CLIN structure; (6); technical proposal and (7) Past Performance information. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of the offeror to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. The Government intends to award a contract without discussions. Proposals are due no later than 17 October 2007 at 4:00 P.M. (EST) .
 
Record
SN01409936-W 20070919/070917222031 (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.