SOLICITATION NOTICE
70 -- Curtiss-Wright brand name VPX3-1260 hardware
- Notice Date
- 3/19/2025 8:03:54 AM
- Notice Type
- Presolicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449825QTBD
- Response Due
- 4/4/2025 12:00:00 PM
- Archive Date
- 06/30/2025
- Point of Contact
- Jillian Randazzo
- E-Mail Address
-
jillian.randazzo.civ@us.navy.mil
(jillian.randazzo.civ@us.navy.mil)
- Description
- The Naval Surface Warfare Center - Philadelphia Division (NSWCPLD) Philadelphia, PA site intends to solicit on an unrestricted basis for Curtiss-Wright brand name VPX3-1260 hardware. P/N: VPX3-1260-A14DL90; 3U VPX Single Board Computer with the following configuration: VPX alignment blocks: Block 1 (top) = 90 degree Block 2 (bottom) = 90 degree CPU: Intel Xeon E-2276ME 9th Gen Coffee Lake Refresh Processor, 6-core @ 2.8 GHz. System Memory: 16 GB of DDR4 SDRAM, 160 GB of NVMe pSLC Solid State Drive (SSD). CentOS Linux programmed into onboard SSD OpenVPX Profile: MOD3-PAY-2F2U-16.2.3-2,3,10, 11 Fabric Mode D, I/O Mode A Rear P1 Connector: 8-lanes configurable PCIe3, 1x 1000Base-T, 2x 10GBase-KR/KX SerDes, 1x RS-422, 2x USB 2.0, 1 x SATA, 8x DIO Rear P2 Connector: XMC I/O partially mapped (X23s+X6d+X6s) with 2x DVI/DP, 2x RS232, 1x USB 2.0 w/VBUS Ruggedization: Air Cooled Level 100. 1.0"" Pitch, Lead-Free PWB. RoHS Compliant. Installation of an XMC module will require mounting kit KIT-1260-XMC and will widen card to 2.0"". All units of all items will be awarded to one offeror. Offers, therefore, must be on the basis of furnishing all units of all items to the specification(s) detailed in the solicitation. The government anticipates award of a firm fixed priced contract from this solicitation. The resulting contract will be awarded to the low priced offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) Part 9, as supplemented, whose proposal conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by evaluation factors of this request for proposal) and based on the evaluation factors is considered technically acceptable. Technical acceptability is determined by the offeror demonstrating the material/service being provided meets the solicitation requirements. The low offer will be analyzed to determine if the offeror�s proposed price is fair and reasonable utilizing price analysis techniques in accordance with the guidelines in FAR Subpart 13.106-3. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals The anticipated date of RFQ posting is around May 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b8da3bfe2ee4d3a867bd721f67df75b/view)
- Record
- SN07378238-F 20250321/250319230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |