Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2021 SAM #7116
SPECIAL NOTICE

70 -- iHawk rack mount system

Notice Date
5/24/2021 1:58:40 PM
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-21-Q-0020
 
Response Due
5/28/2021 10:00:00 AM
 
Archive Date
06/12/2021
 
Point of Contact
Stephanie Aiken, Phone: 8508829897
 
E-Mail Address
stephanie.aiken@us.af.mil
(stephanie.aiken@us.af.mil)
 
Description
Air Force Test Center Installation Operational Contracting Division/PZIOAD, Eglin AFB FL, 32542 Proposed Solicitation number/Identifier: FA2823-21-Q-0020 Date: 24 May 2021 The AFTC Installation Operational Contracting Division (AFTC/PZIOA), 308 West D Avenue Eglin AFB, FL 32542 intends to award a sole source, Firm-Fixed Price contract to Concurrent Real-Time, 800 NW 33rd Street, Pompano Beach, Florida, 33497, Cage: 7UG01. This acquisition is to provide iHAWK system and maintenance. The anticipated award date is 4 June 2021. This requirement is for:� The item to be acquired is a iHawk System with RedHawk 7.5 along with necessary PCIe cards, drivers and packages.� The purpose of the iHawk is to simulate Weapon Open System Architecture (WOSA) compliant domains and send data over physical interfaces to the GMI munition data bus emulator. This includes, IMU, Seeker, Autopilot etc. that are producing WOSA compliant messages as per the Volume 2 ICD.� The iHawk is the real-time computer that can run these domains in real-time. CLIN 0001:� iHawk rack mount system with one 3.3 GHz Xeon Gold 6234 130W 8-Core CPU w/24.75 MB cache; 48 GB memory 2933 MHz; Dual Gigabit Ethernet ports, 1 serial port/header, 4 USB ports; 7 PCIe slots (2 x16 w/x8 perf, 4 x8, 1 x4); AST2500 onboard graphics, M.2 port, IPMI; 8 SATA ports; C612 chipset PS; one 1 TB 7.2K SATA drive, non-RAID configuration; USB keyboard and optical mouse; 3U SATA chassis (25.5 in. D); 800W redundant P/S; Rackmount rails, 8 1-in. removable drive bays, locking bezel door, 2 5.25"" bays; DVD+-RW (+-R DL)/ DVD-RAM SATA drive; two Quad Port Gigabit Ethernet PCIe cards; 64-bit RedHawk Linux real-time OS with CentOS distribution (Note: This system requires RedHawk 7.5); Real-Time Clock & Interrupt Module PCIe card (RCIM III); RCIM III GPS Option Without Antenna; RCIM III GPS Antenna w/75' RG-59 antenna cable; 12 foot Cable Non-Shielded w/ DB25 (Female) Connectors for the CS-GS-SIO8BX2/SIO8BXS Family of Serial Controllers (CBL12- SIO8BXS-DB25S-RS530A ); PCIe4-SIO8BX2-0 - Eight Channel High Performance Serial I/O PCIe x4 device (Native form factor PCIe 4 lanes, Standard Temperatures) w/ RedHawk Linux Revision 7.5 driver; 2-ch CAN-402 interface PCIe card w/ RedHawk Linux Revision 7.5 driver; SCRAMNet GT200 (PCIe x4 Compatible) w/ RedHawk Linux Revision 7.5 driver; DDC BU-67106K-200R-JLO PCIe (x1) MIL-STD-1553 device w/ RedHawk Linux Revision 7.5 driver; NightStar Tools, Floating, One User Qty: 1 The statutory authority which permits sole source for this acquisition is 41 United States Code (USC) 1901, as implemented by FAR 13.106-1(b)(1). This authority is supported by an approved Far Part 13 Single Source Justification. It is the Government's intent to proceed with this sole source action. The applicable NAICS code is 334111. The size standard as defined by the U.S. Small Business Administration is 1250 employees. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses received by 12:00 pm CDT on 28 May 2021 will be considered by the Government. This notice is not a request for competitive proposals/quotes. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Questions shall be submitted electronically to Stephanie Aiken at: stephanie.aiken@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b7eefa4dc8947e99e0679651e2b8e42/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06010705-F 20210526/210525200218 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.