SOLICITATION NOTICE
70 -- Installation of Surface Decision Support System
- Notice Date
- 9/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-10-Q-80125
- Archive Date
- 10/29/2010
- Point of Contact
- Cathryn C. Oliva-Simmons, Phone: 6174942145
- E-Mail Address
-
cathryn.oliva.simmons@dot.gov
(cathryn.oliva.simmons@dot.gov)
- Small Business Set-Aside
- HUBZone
- Description
- Acquisition Division Synopsis Number DTRT57-10-Q-80125 Installation of Surface Decision Support System Part U.S. Government Procurements Subpart Supplies, equipment, and material Classification Code 70-Automatic Data Processing Equipment, Software, supplies and support Equipment Office Address DOT/RITA/VOLPE National Transportation Systems Center, 55 Broadway, Cambridge, MA 02142 Solicitation No. DTRT57-10-Q-80125 Response Date 14 October 2010 POC(s) Cathryn Oliva-Simmons Contract Specialist 617 494 2145 Description This procurement is a 100% set-aside for Certified HUBZone Small Businesses. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No.DTRT57-10-Q-80125 is issued as a Request for Quote (RFQ). This solicitation is being conducted in accordance with FAR Part 13.5 and Part 12. This solicitation document and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2005-43 dated August 8, 2010 and FAC 2005-44 dated July 8, 2010. The NAICS Code is 33411 and the Small Business size standard is 1,000. The Government intends to award a Firm Fixed-Price Contract on a competitive basis to a Certified Hubzone Small Business. Note: Vendors are required to provide a price for all CLINS 0001-0012. Background The Volpe Center has supported the FAA Air Traffic Organization - Advanced Technology Development and Prototyping Group (AT0-P) organization for over ten years for development, prototyping and evaluation of air traffic management systems for the airport surface and terminal environments. ATO-P is currently preparing for the installation of a Surface Decision Support System (SDSS) at the FAA William J. Hughes Technical Center in Atlantic City, NJ. As part of the Volpe Center's continuing support for SDSS evaluation, ATO-P requires the procurement of hardware to build the required SDSS architecture. The purpose of this requirement is to purchase commercial IT hardware equipment with the salient specifications as stated in CLINs 0001-0012 (listed below) whose quote offers the Government the lowest price. Equipment Branding Compatibility Each equipment category described in CLINs 0001 through 0008 must be compatible. Equipment family compatibility is important. Each equipment category can be of a different brand, but no mixing of brand will be accepted within each category itself. The inter-mix of brands within the categories described in CLINs 0001 through 0008 can cause compatibility issues. This situation that can be averted if the equipment proposed for each category is within the same family brand. Also, there are advantages that can be drawn from within a single family of products. Different brands have features that are available only if interconnected with other devices of the same brand. Glossary of Abbreviations used in CLINS LCD Liquid Crystal Display TFT Thin Film Transistor VGA Video Graphics Array DVI Digital Video Interface DP Display Port FSB Front Side Bus DVD Digital Video Disk ROM Read Only Memory RPM Revolutions Per Minute SATA Serial Advanced Technology Attachment eSATA External Serial Advanced Technology Attachment RAM Random Access Memory DDR(#) Double Data Rate HDD Hard Disk Drive GB Gigabyte Gb Gigabit MB Mega Byte RAID Redundant Array of Independent Disks PCI-Express Peripheral Component Interconnect Express SAS Serial Attached SCSI SCSI Small Computer System Interface SAN Storage Area Network USB Universal Serial Bus RW Read/Write Gbps Gigabits Per Second SFF Small Form Factor ENT Enterprise SFP Small Form-factor Pluggable UTP Unshielded Twisted Pair VPN Virtual Private Network CSU Channel Service Unit DSU Data Service Unit HWIC High-Speed WAN Interface Card WAN Wide Area Network AIM Advanced Integration Module NME Network Module Enhanced PVDM Packet Voice Data Module SIMM Single In-Line Memory Module IPsec IP Security SSL Secure Socket Layer VLAN Virtual LAN DES Data Encryption Standard AES Advanced Encryption Standard CLINs 001 through 0012: COMPUTERS AND MONITORS: CLIN 0001 - Flat panel computer monitor: -22" wide monitor -LCD display / TFT active matrix -Max resolution: 1680 x 1050 -Response time: 5ms -Dot Pitch / Pixel Pitch: 0.248 mm VGA/DVI/DP connectors Display position adjustments: Tilt, Height, Swivel, Pivot: Unit Price tiny_mce_marker_____________ Quantity 21 ea Total Price tiny_mce_marker_____________ CLIN 0002 - Desktop computer: Slim form factor - Intel Pentium Dual core E5400 2.7GHz, 2M, 800MHz FSB - Operating System: Windows XP - Memory: 2GB (2DIMM) 1,066 MHz - 8X DVD ROM - Video: 256MB ATI Radeon HD 3470 (Dual DP) low profile - Optical mouse - Storage: 160 GB HD 7,200 RPM (SATA or eSATA) - Keyboard Integrated Ethernet: 10/100/1000 Unit Price tiny_mce_marker_____________ Quantity 11 ea Total Price tiny_mce_marker_____________ RACK SERVERS, SAN, HFF ARRAYS: CLIN 0003 - "Rack mount servers with the following configuration": - Processor: 4 core, 2.66 GHz, 8MB L3, 1,333 MHz - Memory: 16-24 GB RAM, PC2-5300 fully buffered (DDR2-667) - Controller: Smart Array P400 RAID controller w/512MB - HDD: (2) 72.8 - 146 GB 15K SAS drives mirrored RAID - PCI-Express Riser Cage - Redundant hot-pluggable power supplies - Dual port Fiber Channel SAN Host Bus Adapter cards - Dual Gigabit Ethernet ports - 5 USB ports - Red Hat Enterprise Linux 5.3 - DVD+/-RW drive - Rack mount rails - Form factor: 2U Unit Price tiny_mce_marker_____________ Quantity 7 ea Total Price tiny_mce_marker_____________ CLIN 0004 - Storage Area Network (SAN) switch including the following for each: - 8 Fiber Channel Range - 8 Gbps Fiber Channel (full duplex performance) - Full Fabric switching - 5 Gbic ports - Fiber cables (1 meter) - Form Factor: 1U Unit Price tiny_mce_marker_____________ Quantity 3 ea Total Price tiny_mce_marker_____________ CLIN 0005 - Hard Drive Array Device: - Form Factor: 2U - Host Interface: 4 Gb Fiber Channel - SFF SAS/SATA Supported - Supported Operating Systems: - Microsoft Windows Server 2008 IA32, x64, IA64 (Standard, Enterprise, Datacenter) - Microsoft Windows 2003 R2 - Microsoft Windows 2003 X64, IA64 - Red Hat Linux (32/64) - SUSE Linux (32/64) - HP-UX 11i v3, HP-UX 11i v2 - OpenVMS 8.3. OpenVMS 8.3-1H1 - VMware 3.0.1, 3.0.2, 3.5 - Clustering Support: Windows, Linux, HP-UX, OpenVMS - Dual redundant RAID controllers - (6) 146 GB 6G 15K SFF Dual-port ENT SAS for Oracle (730 GB equivalent) - (4) 146 GB 6G 15K SFF Dual-port ENT SAS for Application (438 GB equivalent) - (1) 146 GB 6G 15K SFF Dual-port ENT SAS for hot spare - (1) 146 GB 6G 15K SFF Dual-port ENT SAS for cold spare Unit Price tiny_mce_marker_____________ Quantity 2 ea Total Price tiny_mce_marker_____________ ROUTERS, SWITCHES AND FIREWALLS: CLIN 0006 - Multilayer Ethernet Switch with LAN Base software: - Number of Ports: 20 - Expansion Slots: 4x SFP+ Uplink - Interfaces/Ports - 20 x RJ-45 10/100/1000Base-T LAN - 4 x RJ-45 10/100/1000Base-T Uplink - 1 x RJ-45 Console Management - Input Voltage: 110V AC, 220V AC - Layer Support: 2 - Connectivity Media - Category 3 UTP 10Base-T - Category 4 UTP 10Base-T - Category 5 UTP 10/100/1000Base-T -Performance - 32Gbps Switching Fabric - 35.7Mpps Forwarding Rate for 64-byte Packet Unit Price tiny_mce_marker_____________ Quantity 3 ea Total Price tiny_mce_marker_____________ CLIN 0007 - Integrated Services Router: - With Security Bundle: Intrusion Prevention, Firewalling, VPN - Rack mountable - 4 CSU/DSU ports - Form Factor: 1U - Expansion slots: - 4 ( 4 ) x HWIC - 2 ( 1 ) x AIM - 1 ( 1 ) x NME - 2 ( 2 ) x PVDM - SIMM 80-pin - 2 memory - 1 CompactFlash Card - Interfaces : - 2 x network - Ethernet 10Base-T/100Base-TX - RJ-45 - 2 x USB - 1 x management - console - RJ-45 - 1 x network - auxiliary - RJ-45 Unit Price tiny_mce_marker_____________ Quantity 2 ea Total Price tiny_mce_marker_____________ CLIN 0008 - Firewall/Security Appliance Router: - Rack mountable - Form Factor: 1U - IPsec VPN, SSL VPN - Firewall Throughput: 450 Mbps - VPN Throughput: 225 Mbps - VLAN Support - Interfaces: - 5 x network - Ethernet 10Base-T/100Base-TX/1000Base-T - RJ-45 - 1 x management - console - RJ-45 - 1 x serial - auxiliary - RJ-45 - 2 x Hi-Speed USB - 4 pin USB Type A - Encryption Algorithm : Triple DES, AES Unit Price tiny_mce_marker_____________ Quantity 2 ea Total Price tiny_mce_marker_____________ CLIN 0009 - Smart-UPS 3000VA - USB & Serial Remote Monitoring - Form Factor: 2U - 120V / 30A input connector Unit Price tiny_mce_marker_____________ Quantity 3 ea Total Price tiny_mce_marker_____________ CLIN 0010 - Rack mountable KVM: - Screen size: 17" - Screen Type: Active Matrix TFT LCD - Refresh rates: 60, 70, 72, and 75Hz - Connectivity: PS2 and USB - Dot pitch:.26 mm or better - Form Factor: 1U Unit Price tiny_mce_marker_____________ Quantity 2 ea Total Price tiny_mce_marker_____________ CLIN 0011 - Rack mountable KVM Switch - 8-Port USB & PS/2 - Including rack mount brackets Unit Price tiny_mce_marker_____________ Quantity 2 ea Total Price tiny_mce_marker_____________ CLIN 0012 - Display Port cables (2 meters) Unit Price tiny_mce_marker_____________ Quantity 22 ea Total Price tiny_mce_marker_____________ DELIVERABLES AND PERIOD OF PERFORMANCE: Deliverable: Due Date: CLINs 0001 through 0012 Delivery completed within 30 calendar days after date of award Deliver these items to: AJP-652 Surface Lead FAA WJH Technical Center A. C. Airport, NJ 08405 Unless otherwise specified, the required items shall be packaged in accordance with the vendor's standard commercial practice and shall ensure acceptance by common carrier and provide product protection against deterioration, loss, and damage during shipment and handling. INVOICING: The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, and Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma. The contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover e-mail must accompany each invoice and provide the applicable information in the fields listed below: Invoice Date: Supplier Name: Invoice Amount: Invoice Number: Contract No. / Purchase Order No: Task: Modification No. Terms/Discount: Performance Period: Notes: Solicitation provision FAR 52.204-7, Central Contractor Registration (Apr 2008) and FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008) are hereby incorporated by reference. The offer must include a copy of the standard commercial warranty per FAR Clause 52.212-1(b) (5), Terms of any Express Warranty. FAR 52.212-3 (Aug 2009); Offeror Representations and Certifications-Commercial Items (Aug 2009), is incorporated by reference, with the quotation. FAR Clause 52.212-4 (June 2010), Contract Terms and Conditions - Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010)), is hereby incorporated by reference, additional clauses cited in 52.212-5(b) that apply to this acquisition are: 1, 4, 6, 9, 13, 19, 20, 21, 22, 23, 24, 25, 26, and 39. FAR Clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), United States law will apply to resolve any claim of breach of this contract and is hereby incorporated by reference. FAR Clause 52.212-2 Evaluation-Commercial Items (Jan 1999) is hereby incorporated by reference. The Government intends to award a contract to a responsible Certified HUBZone Small Business whose quotation meets the equipment compatibility requirements, all of the specifications for IT hardware stated in CLINs 0001 through 0012, and offers the Government the lowest price. Contractor Policy To Ban Text Messaging While Driving (Feb 2010) a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"¬---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as¬--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Vendor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. Please e-mail an electronic offer to Cathryn.oliva.simmons@dot.gov due to the U.S. Department of Transportation, Volpe National Transportation Systems Center no later than 2:00 P.M. EDT on October 14, 2010. All documents submitted in electronic format must meet the following requirements: Microsoft Office 2000 - compatible electronic products virus free. Electronic documents that do not meet the above specifications will not be accepted. The Government will not pay for any information received. ATTENTION: For Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Business and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contract specialist above
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80125/listing.html)
- Place of Performance
- Address: AJP-652 Surface Lead, FAA WJH Technical Center, A. C. Airport, NJ 08405, A.C, Airport, New Jersey, 08405, United States
- Zip Code: 08405
- Zip Code: 08405
- Record
- SN02302472-W 20101002/100930235039-2a1517b7f653a2e44f03da038c696ef6 (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 |