SOURCES SOUGHT
70 -- Fortinet 5001D ATCA Firewall
- Notice Date
- 5/17/2018
- 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
- N6893618R0061
- Archive Date
- 6/14/2018
- Point of Contact
- Candice Gonzalez, Phone: (805) 989-5066, Kelly L. Reason-Williams, Phone: (805) 989-8514
- E-Mail Address
-
candice.gonzalez@navy.mil, kelly.reason-william@navy.mil
(candice.gonzalez@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 Federal Defense Solutions (FDS) located at 13559 Plumbago Drive, Centerville, VA 20120, in order to procure three Fortinet 5001D ATCA firewalls for Electronic Warfare systems within the Airborne Electronic Attack division located at the NAWCWD, Point Mugu, CA. Minimum system requirements include: •The firewall shall be a 1U ATCA blade with at least 128GB local storage, 32GB RAM, 2 10GbE SFP/+ ports, and 2 1GbE RJ-45 ports. •The firewall shall not exceed power consumption limited by the ATCA chassis into which it shall be placed. •The firewall shall support a 40G ATCA backplane and have data paths to at least 2 other blades via region 2. •The firewall shall support multicast and unicast traffic routing, acceleration, and processing. •The firewall shall come with support that allows for continuous updates, maintenance, and support (Not Legacy). •The firewall shall have an RMA policy that allows for keeping of the firewall once classified information has touched it. The government anticipates contract award in the last quarter of FY2018. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. 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 candice.gonzalez@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-0061 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a34b1f91feaf3721554d684b033f6b7)
- Record
- SN04925763-W 20180519/180517230729-4a34b1f91feaf3721554d684b033f6b7 (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 |