Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

70 -- iHawk 2U Rackmount Real-Time Computers - Itemized Breakdown of Requirement

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-2819
 
Archive Date
8/13/2016
 
Point of Contact
Katie Hourihan, Phone: 4018323292
 
E-Mail Address
kathleen.hourihan@navy.mil
(kathleen.hourihan@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Itemized breakdown of requirement. Pricing shall include all items listed on this attachment. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. Request For Quotation (RFQ) number is N66604-16-Q-2819. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order with a brand name specification for the following items: iHawk 2U Rackmount Real-Time Computer Digital Injection System (Model #HQR73-2R32C-2BE30-D, Qty: 1) and iHawk 2U Rackmount Real-Time Computer Afterbody System (Model #HQR73-2R32C-2AE30-E, Qty: 1). Concurrent Computer Corporation's iHawk real-time simulation computers are the only make and model that can satisfy this requirement. Further feasibility studies would be required to determine if existing software/drivers could be converted/configured/integrated onto any alternative hardware. This hardware would also be required to meet debugging, timing, and fidelity requirements. The use of any other make or model of this hardware would require an investment to change the entire Weapons Analysis Facility (WAF) Hardware-in-the-loop (HWIL) simulation suite. These feasibility studies would be estimated to cost approximately $2M, in addition to $4M that would be required to upgrade the hardware and $2M to convert/upgrade the software in the WAF. In addition, the WAF would be required to obtain system accreditation from Commander Operational Test and Evaluation Force (COTF). This accreditation process would take a substantial amount of time and come at great expense to the government. Based on these compatibility and cost issues, it is therefore determined that this requirement can only be met by Concurrent Computer Corporation's iHawk real-time simulation computers and associated hardware/software as listed in the itemized breakdown (attached); no other make or model will satisfy the current requirement. No substitutions will be accepted. F.O.B. Destination, Naval Station Newport, Newport, RI 02841. Delivery is required by 30 SEPTEMBER 2016. This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order is anticipated. This procurement is solicited as 100% total small business set-aside, as concurred with the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1,250 employees. Incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-89. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet or exceed the minimum requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. Section 508 applies: Dell PowerEdge R730 Computer and RedHat Software are Compliant #1712 and #1104, respectively. Redhawk Linux software is excepted per FAR 39,204(b) as item is for a national security system. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. All timely offers will be considered. Quotes received after the closing date and time specified will be ineligible for award. Offers shall be submitted via electronic submission to Katie Hourihan at Kathleen.hourihan@navy.mil. Offers must be received on or before Friday, 29 JULY 2016 at 2:00 p.m. Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For information regarding this acquisition, please contact Katie Hourihan at kathleen.hourihan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2819/listing.html)
 
Record
SN04193667-W 20160724/160722235027-acad52ab15b3f2b443c63841b1571051 (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.