Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1997 PSA#1815

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

70 -- 3U VMEBUS SINGLE BOARD COMPUTER, CHASSIS AND ACCESSORIES SOL N00421-97-Q-1067 DUE 042297 POC Angie Lejeune, Contract Specialist (301)342-1825 ext. 117 E-MAIL: Lejeune_ Angie%PAX9@MR.NAWCAD.NAVY.MIL, Lejeune_Angie%PAX9@MR.NAWCAD.NAVY.MIL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number N00421-97-Q-1067 is issued as a request for quote (RFQ) and notice of intent to negotiate with PEP Modular Computers Inc., 750 Holiday Drive, Building 9, Pittsburgh, PA 15220-2783 on an other than full and open competitive basis. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-42 and Defense Acquisition Circular 91-11. The applicable SIC is 3571 and small business size standard is 1000 employees. The contract line item numbers and items are: CLIN 0001 ten each, VSBC-32-Base 3U VMEBUS CPU; CLIN 0002 ten each, DM600 Memory Module with 4MB DRAM/4MB FEPROM; CLIN 0003 ten each, SI-10BT 10 Base-T Ethernet Interface module; CLIN 0004 eleven each, CXM-SI03-4 CXC Serial I/O Expansion Module (Direct Connect); CLIN 0005 ten each, ASM3-VME 3U VMEBUS Chassis with 7 slots and 50 W Plug-in power supply; CLIN 0006 fifteen each, SC-422 RS-422 Serial I/O Interface Module; CLIN 0007 twenty-five each, SC-232 RS-232 Serial I/O Interface Module; CLIN 0008 one each, VXM-MC-VSBC32 VX Works Tornado PC BSP Annual Software Maintenance for VSBC-32 CPU; CLIN 0009 five each, VSBC-32-Base 3U VMEBUS CPU, extended temp; CLIN 0010 five each, DM600 Memory Module with 4MB DRAM/1MB FEPROM, extended temp; CLIN 0011 five each, SI-10BT 10Base-T Ethernet Interface Module, extended temp. PEP Modular Computers Inc. is the only identified responsible source capable of meeting the following Government requirements: 3U VMEbus interface compliant with VMEbus Specification Revision C.1 or later; A24:D16/D8 and A16:D16/D8 VMEbus master function, A24:D16 VMEbus slave function; VMEbus system controller function -- slot 1 automatic detection, bus arbiter, bus monitor with timeout timer and BERR* driver, 16 Mhz SYSCLK* driver, SYSRES* driver, SYSFAIL* and ACFAIL* handler, power monitor; user configured VMEbus base address; 7-level VMEbus interrupt handler; watchdog timer to reset CPU and assert SYSRES* if timeout occurs; CPU utilizes 33mhz MC68EN360 microprocessor; minimum of 256KB of 16-bit dual-ported RAM memory accessible by microprocessor and VMEbus; minimum of 32-bit 4MB DRAM and 4MB FEPROM memory; 10BASE-T Ethernet interface compliant with IEEE 802.3 specification; 2RS-232 full duplex asynchronous serial interfaces supporting only XON/XOFF handshake, RxD and TxD signal lines, baud rates up to 76.8 kilobits per second minimum supported; 3 synchronous/asynchronous multiprotocol serial interfaces individually user-configured at RS-232 or RS-422 signal levels supporting TxD, RxD, CTS, RxCLK, RTS, TxCLK, DTR, and DCD signals, each interface supports baud rates up to 76.8 kilobits per second (RS-232) and 2 megabits per second (RS-422) minimum, interfaces available with connectors on VMEbus front panel; VxWorks Tornado (PC Host) software driver available; 3U VMEbus rack-mount card cage compliant with VMEbus Specification C.1 or later and providing 7 user slots; 3U VMEbus card cage jumperless backplane supporting passive automotive daisy chaining; 3U form factor-compatible card cage plug-in power supply with 120 VAC input and +5, +12, -12 VDC outputs to VMEbus, minimum output power of 40 Watts; all parts available in commercial (0 to 70 C) and extended (-40 to 85 C) temperature ranges; software-compatibility with existing NAWCAD C application software written for VxWorks Tornado operating system for the PEP VSBC-32 CPU; thorough technical documentation and responsive technical support provided. The contractor shall deliver CLIN 0001-0011 within 90 days after contract award to: Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road, Naval Air Station, Patuxent River,MD 20670-1614, M/F: Kurt Gish (5.1). Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation -- Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable quotes. To be technically acceptable, the offeror's technical quote must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. The offeror must provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the quote. The price quote shall be evaluated on the overall lowest price to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawl is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 1995) with its quote. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-18 European Union Sanction for End Products (E.O. 12849). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995), however, for paragraph (b) only the following clauses apply, 252.225-7001 Buy America Act and Balance of Payment Program, and 252.247-7024 Notification of Transportation of Supplies by Sea. This is a DO rated contract. This will be a firm-fixed price contract. This acquisition will be processed in accordance with the Simplified Acquisition procedures. Offers are due to Angie Lejeune at Contracts, 47253 Whalen Road, Unit 588, Naval Air Warfare Center -- Aircraft Division, Patuxent River, MD 20670-1463 by 2:30 P.M. Eastern Standard time 21 April 1997. For questions regarding this solicitation, contact Angie Lejeune (25521D) at (301)342-1825 ext. 117. For copies of the FAR provision 52.212-3 and DFARs provision 252.212-7000, fax your request to Angie Lejeune at (301)342-1864. All responsible sources may submit a quote and shall be considered by the agency. (0090)

Loren Data Corp. http://www.ld.com (SYN# 0273 19970402\70-0005.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page