Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOURCES SOUGHT

70 -- 19 inch rack mount ATCA Systems

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618R0029
 
Archive Date
6/14/2018
 
Point of Contact
Pam Hom, Phone: (805) 989-8863, Kelly L. Reason-Williams, Phone: (805) 989-8514
 
E-Mail Address
pam.hom@navy.mil, kelly.reason-william@navy.mil
(pam.hom@navy.mil, kelly.reason-william@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Intend to award sole source based on FAR 6.302-1, Only One Responsible Source. The Naval Air Warfare Center Weapons Division, Point Mugu, California, intends to negotiate and award a contract using other than full and open competition procedures. Negotiations will be conducted with Elma Electronic Inc., located at 44350 Grimmer Blvd., Fremont, CA 94538, in order to procure three 19" rack-mount Advanced Telecommunications Computing Architecture (ATCA) Systems for Electronic Warfare systems within the Airborne Electronic Attack division located at the NAWCWD, Point Mugu, CA. Minimum system requirements include: •Readily available 4U 3 slot ATCA chassis with side-to-side fan cooling and a corresponding carry case that allowed for this type of cooling. •There shall be a two man carry 4U ATCA chassis to house two processor blades, Firewall blade, and ATCA carrier board. •There shall be adequate and redundant cooling, power, and management present to support the housed blades. •There shall be a Full Mesh/Quad Star 40GbE or faster backplane to support communication between blades. •Processor Blades shall be a 1U ATCA blade and shall have a minimum of: 256GB DDR4 RAM, Xeon E5 12-core v3 2600/L series or higher, three 40GbE backplane fabric connections, and 6TB of storage. If this amount of storage cannot be achieved on the blade, RTMs may be utilized to house additional storage. •Blades shall not share storage, i.e. Storage Area Networks. Storage shall be solid state. •There shall be a transit case to house the chassis. The case shall allow for adequate cooling and shock absorption, determined by the housed elements, and shall be able to pass through ship corridors. •The ATCA carrier board shall house at least 3 AMC units which shall communicate via mTCA and ATCA standards only to the firewall via backplane. The government anticipates contract award in the last quarter of FY2018. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response by e-mail to pam.hom@navy.mil no later than 15 days from this notice date, which shall be considered by the agency. The written response shall reference solicitation number N68936-18-R-0029 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9edf8886c1faff7d252409c46c3a26b6)
 
Record
SN04922440-W 20180517/180515230457-9edf8886c1faff7d252409c46c3a26b6 (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  © 1994-2020, Loren Data Corp.