Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
SOURCES SOUGHT

70 -- Amphibious Assault Vehicle Workstations

Notice Date
11/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5344A
 
Response Due
11/16/2007
 
Point of Contact
Point of Contact - Deborah McNeely, Contract Specialist, 843-218-5905
 
E-Mail Address
Email your questions to Contract Specialist
(deborah.mcneely@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston is performing market research to determine potential sources for the purchase of Amphibious Assault Vehicle (AAV) workstations. This workstation will be used for situational awareness inside the AAV while the vehicle is on the move and on the pause. The following requirements have been identified as threshold requirements for the AAV Workstation. Desired objectives/objective requirements have also been included in the purchase description. Industry is encouraged to obtain clarification on this purchase description during our market research. The intent of SPAWAR Systems Center Charleston is to issue a formal RFP in the near future after market research has been conducted. The workstation consists of the following requirements: AAV-WS-001 The AAV workstation physical exterior dimensions shall not exceed 2??? Height x 11??? Width x 15???. A smaller form factor is desired. AAV-WS-002 The AAV workstation weight shall not exceed 10 lbs. AAV-WS-003 (Objective Requirement) The AAV workstation is fulfilled with a tablet PC material solution. AAV-WS-004 The AAV workstation shall have a Standard Ethernet Interface 10/100/1000 MB/per sec. AAV-WS-005 The AAV workstation shall have an Intel?? Pentium?? IV, 2.4 Gigahertz or equivalent processor as a minimum. AAV-WS-006 The AAV workstation vendor shall provide the Windows?? XP Professional operating system with a lifetime driver support for newer operating systems. AAV-WS-007 The AAV workstation shall provide a video card with a minimum 256 Megabytes of dedicated RAM (not shared with Central Processing Unit). AAV-WS-008 (Objective Requirement) The AAV workstation shall provide a video card with 512 Megabytes of dedicated RAM (not shared with Central Processing Unit). AAV-WS-009 The AAV workstation shall have an integrated CDRW/DVDR Combo Drive Operating at speeds of 24x24x24x8. AAV-WS-010 The AAV workstation shall provide a minimum of 2 gigabytes Random Access Memory (RAM). AAV-WS-011 The AAV workstation shall provide capability to upgrade to 4 gigabytes RAM. AAV-WS-012 The AAV workstation shall provide an internal 100 Gigabyte hard drive at 7200 Rotations Per Minute (RPM) AAV-WS-013 The AAV workstation hard drive shall be removable without a requirement for special purpose tools. AAV-WS-014 (Objective Requirement) The AAV shall provide 100 Gigabyte solid-state hard drive. AAV-WS-015 (Objective Requirement) The AAV workstation shall possess a Touch Screen Capability. AAV-WS-016 (Objective Requirement) The AAV workstation shall possess an Infra-red touch screen capability AAV-WS-017 The AAV workstation shall have an integrated internal or external PC Card Slot. AAV-WS-018 The AAV workstation shall have an integrated internal or external Common Access Card Reader. AAV-WS-019 The AAV workstation shall have two integrated USB ports 2.0. AAV-WS-020 (Objective Requirement) The AAV workstation shall have a minimum of four integrated USB ports 2.0. AAV-WS-021 The AAV workstation shall have an integrated serial port. AAV-WS-022 There will be an integrated Digital Video Interconnect Dual-Link (DVI-DL) connector. AAV-WS-023 The AAV workstation shall have minimum of two integrated PS-2 Ports. AAV-WS-024 The AAV workstation shall be rack mountable, or come with associated brackets for non-rack mounting AAV-WS-025 The AAV workstation shall be capable of operating at 120V/60Hz AC AAV-WS-026 (Objective Requirement) The power requirements shall be capable of operating at 24 volt VDC. AAV-WS-027 (Objective Requirement) The AAV workstation shall possess an integrated SECNET-54 capability (PC Card is acceptable). AAV-WS-027a (Objective Requirement) The AAV workstation shall possess a capability to provide secure Wireless Local Area Network product that has received Type 1 certification from the National Security Agency???s Commercial COMSEC Evaluation Program (CCEP) AAV-WS-027b (Objective Requirement) The AAV workstation shall possess a product that is crypto-modernization compliant and can be used in secure communications applications that require up to Top Secret/SCI level Data (COSMEC), and AAV-WS-027c The AAV workstation will support the High Assurance Internet Protocol Interoperability Specification (HAIPIS) for High Assurance compliant Inline Encryptions. AAV-WS-028 The AAV workstation shall be IP Version 6 capable. AAV-WS-029 The AAV workstation must meet MIL-STD 810F method 501.4 (High Temperature) AAV-WS-030 The AAV workstation must meet MIL-STD 810F method 507.4 (Humidity) AAV-WS-031 The AAV workstation must meet MIL-STD 810F method 512.4 Procedure 1 (Immersion AAV-WS-032 The AAV workstation must meet MIL-STD 810F method 514.5 Procedure 1 (Vibration) AAV-WS-033 The AAV workstation must meet MIL-STD 810F method 516.5 Procedure 1 (Shock) AAV-WS-034 The AAV workstation shall NOT have an integrated Infra-red port. AAV-WS-035 The AAV workstation shall NOT have an integrated non-secure wireless card capability. AAV-WS-036 The AAV workstation shall NOT have a biometric authentication capability. It is anticipated that a solicitation will be issued for a Commercial type contract issued under the test procedures of FAR Part 13.5. The applicable NAICS code is 334111 with a size standard of 1,000 people. Firms are invited to submit documentation (any literature, brochures, and references) necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a five- page limitation for all data submitted. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage Code and DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime); (8) Product literature in PDF format that identifies the ability to meet the requirements listed above or identify proposed unit that meets all requirements listed above; and (9) Delivery schedule. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Deborah D. McNeely, Contracting Officer, at deborah.mcneely@navy.mil. (THIS MARKET RESEARCH 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 FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET- ASIDE BASED ON RESPONSES HERETO. This market research notice closes 10 days from the date this notice is published at 1400 EST.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=E898FB1E7B391E808825738B005DEB65&editflag=0)
 
Record
SN01447712-W 20071108/071106224256 (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.