Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOURCES SOUGHT

59 -- GeFunac 7751 Replacement Card

Notice Date
5/1/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_7217E
 
Response Due
5/20/2009 11:59:00 PM
 
Archive Date
6/4/2009
 
Point of Contact
Point of Contact - John J Sullivan, Contract Specialist, 619-524-7145<br />
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis forthe GeFunac 7751 Replacement Card. REFERENCE: N65236-09-R-0131. The Space and Naval Warfare Systems Center, Atlantic (SSC-LANT) is soliciting information from potential sources to provide the next generation GeFunac 7751 Replacement Card. The card is to replace the existing GeFunac 7751 which is utilized as a VME based Central Processing Unit (CPU). The CPU must be capable of supporting multiple operating systems, controlling both SCSI and IDE drives, dual LAN ports, and dual serial ports. Attached to this sources sought synopsis is the specifications for the 7751 replacement. Potential sources must have demonstrated expertise and proven abilities in manufacturing systems similar to the proposed 7751 Replacement Card. Offerors are requested to specify if they have the current capability that can meet the following minimum specification requirements listed in this attachment. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted by e-mail to John Sullivan, Contracts Specialist, at john.j.sullivan3@navy.mil. Capability responses must include all of the following information: (1) name and address of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a current list of customers for whom your company has manufactured and supplied similar products in the past five (5) years information shall include the following: (i) a summary of item supplied, (ii) contract numbers, (iii) contract type, (iv) dollar value for each contract referenced, and (v) a customer point of contact with valid phone number (this information is required to verify offerors performance; the government may contact any reference for further validation; work not considered similar to the attached list of specifications will not be deemed as relevant.); (9) for each of the minimum capabilities cited in the attachment, provide the following information (recommend using matrix or table format): (i) if your proposed system can meet each of the 15 specification requirements; Note: Do not include any documentation, or information for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information. NOTE REGARDING SOURCES SOUGHT SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a set- aside for small businesses or one of the small business preference groups. (e.g., 8(a), SDVO, etc.). The applicable NAICS code is 423430 with a size standard of 100. The Government anticipates that 70 units per year for the next four years will be needed. Contractor must submit their responses via email by 3:00 pm, Eastern Time on 20 May 2009. We anticipate this being a firm fixed-price (FFP), single award type contract for a period of performance not to exceed four (4) years. This is not a follow- on contract. Please reference No. N65236-09-R- 0131 when responding to this posting.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=374d2565bd6fb92f1bec505371c49a8e&tab=core&_cview=1)
 
Record
SN01806980-W 20090503/090501221410-374d2565bd6fb92f1bec505371c49a8e (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.