Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOLICITATION NOTICE

58 -- PROCESSOR - DRAWINGS

Notice Date
7/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-15-T-0085
 
Archive Date
7/30/2015
 
Point of Contact
PAM J STILES, Phone: 805-228-8754, Casie L. Marriage, Phone: 8052280604
 
E-Mail Address
pamela.stiles@navy.mil, casie.marriage@navy.mil
(pamela.stiles@navy.mil, casie.marriage@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is N63394-15-T-0085 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 334418 with a small business size standard of 500 employees. This requirement is a small business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: HP744i, Processor, P/N: A4511A + OPT 120, QTY 6 each Brand Name or Equal Salient Characteristics •· Performance Characteristics: The unit shall have 165 MHZ PA-RISC PA7300-LC CPU. •· Operating System: The unit shall be compatible with the HP-UX or HP-RT Operating System. •· Input/ Output: The unit shall have the following Input/Output: AUI LAN, Two RS-w32C, SCSI-II SE, HP Parallel, and PS/2 Keyboard and mouse. •· Memory. The unit shall have the expansion slots to allow for insertion of memory modules up to 512 MB. •· Onboard Graphics: The unit shall have onboard graphics (Option 120) capable of displaying a minimum resolution of 1280 x 1024. •· Firmware: Authorized firmware version is 4.4. •· Physical Characteristics: The unit shall have the following physical characteristics. •· Dimensions: The unit dimensions shall be as shown on sheet 3 & 4 of the drawing. •· Weight: The unit weight shall not exceed 2 lbs. •· Temperature: The unit shall meet all Operating/ Non-Operating Temperature requirements as specified by MIL-STD-801G. •· Humidity: The unit shall meet all humidity requirements as specified by MIL-STD-810G •· Shock: the unit shall meet all shock requirements as specified by MIL-STD-901D when installed within a shock isolated enclosure. •· Vibration: The unit shall meet all vibration requirements as specified by MIL-STD-167-1A when installed within a shock isolated enclosure. •· Electromagnetic Interference: The unit shall not produce or suffer effects of Electromagnetic Interference per MIL-STD-461F. •· A Airborne and Structureborne Noise: Noise from the unit shall not exceed 28db. The unit shall not exceed Airborne and Structureborne noise requirements per MIL-STD-740-1/2. Vendor must request "Explicit Access" in order to view the drawings. Buyer must verify that the vendor has a current DD2345 (Militarily Critical Technical Data Agreement) on file and that vendor currently is registered in the System for Award Management (SAM) Drawings/questions must be requested by July 09, 2015, 5:00 pm PAC, with a solicitation closing date of July 15, 2015, 5:00 pm PAC. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 30 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please advise the estimated shipping cost to Port Hueneme, CA 93043-4711. 5. Is this item(s) on a GSA Contract Schedule? If so, please advise the GSA Contract number and its expiration date. 6. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 7. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: •· FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition •· FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33 All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 15 July 2015, 5:00 pm Pac. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-15-T-0085/listing.html)
 
Record
SN03786265-W 20150708/150706234530-050318003582d3687e346ea4d5c31db7 (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.