SOLICITATION NOTICE
70 -- Display Card Sets
- Notice Date
- 5/14/2008
- Notice Type
- Presolicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-08-R-0088
- Point of Contact
- Rhoda G Hall,, Phone: (301) 995-8950, Don M Mumbert,, Phone: 301-995-8553
- E-Mail Address
-
rhoda.hall@navy.mil, donald.mumbert@navy.mil
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division, Patuxent River, MD, St Inigoes Annex, Air Traffic control Systems Division has a requirement for Display Card Sets. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334119 with a size standard of 1,000 employees. The Government intends to award a contract on a “sole source” basis for the Display Card Sets under the authority of FAR 6.302-1. The contract line items and description for this sole source procurement are Eagle 2 Card Set (Cuncurrent SBC integrated 2K x 2K Graphics and Radar Processor display card set fitted with Osiris-Brader I/P card, Eagle 2 scan converter, XMC710 Graphics module and VideoMixer (through PMC & XMC adaptation modules). Two card slot 6UVME 64x assembly. Rear Transition Module and Front Panel adapters/cables provided. Includs embedded X Server, dual-link DVI, selectable dual PPI radar input and radar scan-conversion, control software (RVL+) and selectable dual A-Scan input with logarithmic scan conversion.) (P/N: SYS-C341-0-0000) Quantity of 40 Each for base perios and four (4) option periods for a total quanitity of 200 each; C.A.T. Display Card Set (integrated Display Card Set consists of the following: C.A.T Image Processing Board (50 MHz TMS320C80, 32 MB SDRAM) Quantity of 1; Tiger Ultra-High Resolution Multi-Layer Display Controller for C.A.T., configured for 2048 X 2048 rsolution, Quanittiy of 1; Viro++ Radar input Card Assembly, Triple Channel Input Daughter board, Quantity of 1; Vantage II Scan Converter, Single Channel SVC Output, Quantity of 1 Quantity of 2 Each for the base period, a quantity of 5 each for option periods one (1), two (2), and three (3), and a quanitity of 3 each for the fourth option period for a total quantity of 20 each; Sabre RX Graphic Card (Supports dual head graphics with underlays/overlays, dual video display (PAL.NTSC, RGB or DVI-D, radar scan conversion using fitted Eagle-S scan converter, radar acquisition from fitted Osprey radar interface, two-slot VME assembly, 4 x USB, 2x 10/100/1000 Ethernet, 2 x DVI-I connectors on front-panel. Includes embedded X Server, radar input and decompression software and server) (P/N: 637202) Quantity of 2 Each for the base period and four (4) option periods for a total quantity of 10 each; Sabre RVL Client Software (Contains libraries, header files and demo applications for Sabre. Includes pre-built libraries for a number of platforms, including x86/Linux and x86/Solaris.) (P/N: DSW-C577-0-0400) Quantity of 2 Each for the base period and four (4) option periods for a total quantity of 10 each. Contract type will be Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) contract line items for a period of one base year and four option years. Primagraphics LTD., Curtiss Wright Controls, Cambridge House #2, Focus Four, Fourth Avenue, Letchworth, GBR, SG6 2TU is the sole manufacturer of this equipment. The equipment is required to support the AN/TPX-42A (V) 14 Field Change (FC2) project for the Shipboard ATC system. The Display Card Sets from Primagraphics Ltd is the only equipment that has been identified capable of meeting the government’s minimum requirement. The Display Card Sets design are listed above in the item discriptions. These Display Cards Sets are utilized in the existing OD-220/TPX-42A(V) Console of the system. Inspection and acceptance shall be made at destination. The required delivery time is 14 weeks after receipt of delivery order. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010. Inspection and acceptance shall be made at destination. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit information in which they identify their interest and capability. Information is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 7, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 12 June 2008. The Government reserves the right to process the procurement as a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall, Code 251214, Telephone 301-995-8950 or via e-mail: rhoda.hall@navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8950). END SYNOPSIS/SOLICITATION N00421-08-R-0088.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56f4f4407ad887990c860bc263392171&tab=core&_cview=1)
- Place of Performance
- Address: Cambridge House #2, Focus Four, Fourth Avenue, Letchworth, Non-U.S., SG62TU, United Kingdom
- Record
- SN01573386-W 20080516/080514221147-56f4f4407ad887990c860bc263392171 (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 |