Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SPECIAL NOTICE

70 -- Integration and Installation of RQ-4 Engineering Monitoring Room System - Sole Source Justification

Notice Date
8/8/2017
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1SEAD7081BG01
 
Archive Date
10/19/2017
 
Point of Contact
Judith L. Sackett, Phone: 6612777586, Norman G Mackie, Phone: 6612771829
 
E-Mail Address
judith.sackett@us.af.mil, norman.mackie@us.af.mil
(judith.sackett@us.af.mil, norman.mackie@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT WITH Symvionics, Inc. The Air Force Test Center (AFTC), Directorate of Contracting, Edwards Air Force Base, California, intends to award a sole source, firm-fixed price purchase order to Symvionics, Inc., 488 East Santa Clara St, Ste #201, Arcadia CA 91006, in accordance with Federal Acquisition Regulation FAR 12-Acquisition of Commercial Items. The North American Industry Classification System Code (NAICS) is 334111. The following will be procured as follows: All computer hardware listed below (CLIN 0001 through CLIN 0014) configured and integrated as required in CLIN 0015. CLIN 0001 Hardware - (1) Laptop, (1) Intel 2.4GHz Dual Core Processor or better, (1) 16GB Memory minimum, (1) 1TB 5400 rpm, (1) Nvidia Graphics Card 2GB Memory, (1) 17.3 Widescreen 1920x1080 HD LCD. Software - (1) Windows English Operating System. CLIN 0002 Hardware - (1) Laptop, (1) Intel 3.0GHzQuad Core Processor or better, (1) 32GB Memory minimum, (1) 256GB 2.5 inch SATA Solid State Drive, (1) Nvidia Quadro w/4GB, (1) 17.3 Widescreen 1920x1080 HD LCD. Software - (1) Windows English Operating System. CLIN 0003 Hardware - (1) 3U Server rack mount with rails or Tower (1) Intel 3.0Ghz Quad Core Processor or better (1) 32GB Memory minimum, (1) SATA3 RAID Controller 6 channel, (1) 256GB Solid State Disk Drive Array System Drive, (1) 1TB Solid State Disk Drive Array Data Drive, (1) NVIDIA 2GB Graphics Card or better, (1) Dual Gigabit Ethernet NIC, (1) Custom Front Panel Display. Software - (1) Windows English Operating System. CLIN 0004 1U Rack Mounted 19" LCD Monitor Keyboard Touch Pad Drawer, 1440x900. CLIN 0005 Video Cable, Display Port male to DVI-D male, 10ft. CLIN 0006 Portable Rackmount Case, 8U Rack. CLIN 0007 Time Code Generator, Rackmount. CLIN 0008 Smart Uninterruptable Power Supply, 800W, 1U Rackmount. CLIN 0009 Ethernet Switch 16 port 10/100/1000T Unmanaged Switch, rackmount. CLIN 0010 Ethernet Cable, CAT 6, 25ft. CLIN 0011 Ethernet Cable, CAT 6, 50ft. CLIN 0012 Ethernet PCIe Server Network Interface Card Dual Port. CLIN 0013 (1) Single channel 20Mbps bit synchronizer and PCM Decom, Lumistar LS-50-P2E PCIe and (1) LS-40DB20. CLIN 0014 Two RS-422 Tri-axial to two TTL coax converter card for use in GDP 9200 series chassis. CLIN 0015 IADS-Turnkey-Install and RQ-4 Integration Turnkey Installation will require the contractor to integrate their completed system with the RQ-4 classified ground station at Edwards AFB, CA. Integration will require prior knowledge of RQ-4 Ku satellite link data telemetry signal, decommutation, time synchronization, IADS software, and classified networks. The government does not provide documentation for RQ-4 telemetry signals. The ground station is classified hardware and therefore, once connected, the IADS system will become classified and can no longer leave the site. The vendor must have sufficient security clearance to access SECRET networks and information. Due to other restrictions, the vendor may not be permitted to work on the product once installed; therefore the integrated IADS system must work at the proposed vendor's lab prior to acceptance, to include acceptance of RQ-4 Ku satellite link telemetry. The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). This notice is not a request for competitive proposals. Interested parties may submit their interest and capability to the contract specialist below not later than, 18 August 2017, 4:00 p.m., Pacific Standard Time. Based upon the responses to this notice, the Government will determine if this proposed acquisition should be opened to competition. Oral communications are not acceptable in response to this notice. If you have specific questions, please email the Contract Specialist at judith.sackett@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SEAD7081BG01/listing.html)
 
Record
SN04617468-W 20170810/170808232101-e75d91a0e42ee0be11a041e944376dc4 (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.