Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

70 -- 2 SYSTEMS OF ELMA PCI CHASSIS MODEL #12R2ZZZM7NIXXNWN-TNT

Notice Date
7/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-6687
 
Response Due
7/14/2014
 
Archive Date
8/13/2014
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-6687. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1000 PERSONNEL. Item 0001, ELMA PCI CHASSIS MODEL #12R2ZZZM7NIXXNWN-TNT MATERIAL: ELMA TYPE 12R2, 7U/8U, 19" RACKMOUNT, MIL-RUGGED, TOP LOAD MODEL #12R2ZZZM7NIXXNWN-TNT (ELMA ROI# CAP00-TBD) Note: Set Up Fee/LOT/ Included in material cost per chassis DESCRIPTION: ELMA TYPE 12R2, 7U/8U, 19" RACKMOUNT, MIL-RUGGED, TOP LOAD MODEL #12R2ZZZM7NIXXNWN-TNT (ELMA ROI# CAP00-TBD Type 12R2, 7U/8U, 19" Rackmount, MIL-Rugged, Top Load Measures 7U high x 26" deep Modular, Rugged COTs design: - 19" rackmount per IEC60297 (slide mounting Provision), - EMI Shielded front door. Includes tether stop - Dual mother boards design EACH with, one PICMG 1.3, two PCIe x8, one PCIe x4, four PCI 32-bit/33Mhz - Rugged PCI board support - Cable pass from front-to-rear Rear Mil-38999 I/O Connector panel: - Removable I/O panel in rear - Shock isolation locator pins on rear panel ( Per VME Chassis Design) - Includes IEEE 1101.11 Extrusion profiles and card guides Two NuPRO42E Single Board Computers, EACH with: - Gen 4 i7-4770S, 3.1Ghz CPU - 8GB DDR3 1600Mhz memory - Dual 10/100/1000Bt ports - Single DVI-D port - Dual SATA Ports, one to a DVD drive, one to a removable 500GB Hard Disk - DVD and Hard disk mounted behind front door for easy access - Windows 7 installed and tested Dual Rugged Power supply: 85-264VAC input 60Hz ATX outputs Fixed mounted in front lower PS Trays Integral Cooling: - EMI shielded fan exhaust - Front-to-rear evacuative air flow - Front removable, replaceable electrostatic air filter AC Operation: - Mil-STD 461 line filter with circular MIL power connector - Includes MIL-shell power cord. - Guarded, On/Off toggle and reset switches. - Voltage Monitor for PS voltages, over-temp sensors, and fan-fail features, including monitoring LEDs Blank rear I/O patch panel: -Removable, customizable. Painted front frame (ELMA Gray) Completely assembled, wired and tested. Designed to meet Mil-Std-461D, -810E, -167, -901D. Operating temperature range: -10C to 60C(based on NuPRO SBC data sheet - DVD may be slightly tighter range) Included Component: -ELMA SIZE 5 SLIDE RAILS -CAE009321 -Rear alignment pin and bushing -Rear cabinet bracket and mounting hardware c)ELECTRICAL DATA: - Dual mother boards design EACH with, one PICMG 1.3, two PCIe x8, one PCIe x4, four PCI 32-bit/33Mhz Dual Rugged Power supply: 85-264VAC input 60Hz ATX outputs Fixed mounted in front lower PS Trays AC Operation: - Mil-STD 461 line filter with circular MIL power connector - Includes MIL-shell power cord. - Guarded, On/Off toggle and reset switches. - Voltage Monitor for PS voltages, over-temp sensors, and fan-fail features, including monitoring LEDs Two NuPRO42E Single Board Computers, EACH with: - Gen 4 i7-4770S, 3.1Ghz CPU - 8GB DDR3 1600Mhz memory - Dual 10/100/1000Bt ports - Single DVI-D port - Dual SATA Ports, one to a DVD drive, one to a removable 500GB Hard Disk - DVD and Hard disk mounted behind front door for easy access - Windows 7 installed and tested Rear Mil-38999 I/O Connector panel: - Removable I/O panel in rear - Shock isolation locator pins on rear panel ( Per VME Chassis Design) - Includes IEEE 1101.11 Extrusion profiles and card guides d) DIMENSIONS: Type 12R2, 7U/8U, 19" Rackmount, MIL-Rugged, Top Load Measures 7U high x 26" deep ELMA SIZE 5 SLIDE RAILS -CAE009321 Qty 2 EA. UNIT COST: TOTAL: Item 0002, DESIGN/DOC. NRE FEE, This NRE Fee also encompasses the following: -Design Verification for EMI Testing -Design Verification for 901D/Shock/Vibration Testing (includes: part replacements) -Program Management for Engineering -I/O Cabling NRE -Computer Integration documentation and acceptance test/inspection -Component Ruggedization (power Supply, sbc -Production Set-Up Fee Qty 1 Lot. COST: Item 0003, SHIPPING/FREIGHT, Qty 1 Lot. COST: TOTAL COST: "The statement below applies to all CLINS To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. " Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (07/01/2014) and Defense Federal Acquisition Regulation Supplement (DFARS) Current to DPN 20140624, (Effective 24 Jun 2014) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-6, Notice of Total Small Business Set- Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212- 5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204- 99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.211-7003, Item Unique Identification and Valuation. This RFQ closes on JULY 14, 2014 at 10:00 AM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-6687. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-14-T-6687 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afd666f679341b85287bc3fee4548346)
 
Record
SN03414350-W 20140705/140703235200-afd666f679341b85287bc3fee4548346 (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.