Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2004 FBO #1125
SOLICITATION NOTICE

99 -- Single Source-Servers for HID NAS LAN System

Notice Date
12/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACX-52 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
3951
 
Response Due
12/29/2004
 
Archive Date
1/28/2005
 
Description
The FAA William J. Hughes Technical Center intends to award a single source contract in accordance with FAA AMS 3.2.2.4 to Kontron Corporation to supply highly customized servers for HID NAS LAN (HNL) system. These servers comply with the unique requirements for the HNL system and meet FAA critical power requirements as per FAA-2100G specification. Up to 95 servers will be purchased during FY05 to support replacing aging/failing equipment. All servers in the HNL system must meet the FAA's power specification 2100G. In rush, current and harmonic distortion are key measurements in ensuring that any server meets this specification. Servers in the HNL system need to be maintained until 2012. The FAA will make the initial purchase of at least 95 units. The FAA must be able to order additional units at any time with the exact same specifications. It is critical to the FAA, that End of Life (EOL) and End of Service (EOS) issues be handled by the supplier. The FAA has expended significant resources managing the EOL and EOS issues for its existing hardware. A Crystalfontz LCD display (model 632) must be incorporated into the server as specified by the FAA. This display has a USB interface and provides system status visually for each box. The supplier is responsible for obtaining the LCD displays and integrating them into their server. In addition to the LCD display on the front panel, a CDROM, CD R/W, and 1.44 floppy drives must be provided to support a boot and run Linux operating system. The Server must be capable of booting from either CD using a Government Furnished Linux operating system. To reduce maintenance and logistical costs, this server must be able to fulfill these roles for any server in the HNL system. The HNL system has HID (Host Interface Device), Network System Monitor (NSM), Store and Forward Application (SAFA), and Host ATM Data Distribution System (HADDS) servers. These servers provide 4 functions for the system. The use of one Line Replaceable Unit (LRU) will reduce overall life cycle costs for the servers performing any of the 4 functions. The FAA will supply (GFE) PCCA cards for some of the servers. The PCCA card, from Sunhillo, is PCI based card that is used to interface with IBM's mainframe propriety bus and tag interface. The FAA has both 5 volt and 3.3 volt versions of the card. The server must handle both of these cards. HNL servers are part of the Air Traffic Control System. They are required to perform at the essential level of service. HNL system is design to perform at the critical level of service and is on the critical power system. Stringent quality control is essential to meet reliability objectives. The FAA reviews quality certifications as part of its program to ensure reliability objectives. Industry certifications, such as UL (Underwriter Laboratories), are one way the FAA can measure potential reliability of new hardware. In order to provide the ability to upgrade the unit without replacing the entire server, the FAA has determined that a single board computer (SBC) is the solution that is the most cost effective. The SBC can be replaced by the FAA to increase performance, capability, or life expectancy. In addition to the above specifications, the following specifications are required for all servers: 1 gigabyte of RAM 2U form factor case Intel processor with at least 2.8 Mhz or better Front side bus speed of 833 Mhz or better Server based chip set e.g. Grand Champion Chipset Single Board Computer with dual voltage back plane 2 Ethernet 10baseT/100baseT ports 40 gigabyte hard drive CDROM drive CD R/W drive 1.44 floppy drive 2 year manufacturer's warranty The FAA has identified Kontron Corporation, of San Diego, CA, as the only vendor that can provide the requisite specifications and services identified above. A competitive solicitation is not available for this procurement. If your firm does not agree with this single source determination, please provide evidence of your firm's capability and experience in providing these services outlined above and the FAA will evaluate that information accordingly. All responses to this announcement must be directed to Lori Rudnik, Contracts Specialist, by 4 PM (eastern time) on December 29, 2004, at the FAA William J. Hughes Technical Center, Contracts Branch, ACX-52, Atlantic City International Airport, N.J. 08405. Attachments: none.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=3951)
 
Record
SN00725822-W 20041225/041223211900 (fbodaily.com)
 
Source
FedBizOpps.gov 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.