Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1997 PSA#1885

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

70 -- REDUNDANT ARRAY OF INDEPENDENT DISKS (MEMORY) SOL N00421-97-Q-1146 POC Jeanette Moronta, Contract Specialist, (301) 342-1825 ext. 165, Contracting Officer, JoAnn R. Gough E-MAIL: Click here to contract the contract specialist via e-mail, Moronta_Jeanette%pax9b@mr.nawcad.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, # N00421-97-Q-1146, is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-9. This action is 100% set aside for small businesses. The applicable SIC is 3572. The contract line item number and item is: CLIN 0001 One Redundant Array of Independent Disks (RAID Memory). The contractor shall meet all of the specific requirements of the RAID memory as follows: 1.) TRANSFER RATE -- a) Peak > 20 MB/Sec; Sustained > 17 MB/Sec, 2.) FORMATTED STORAGE -- a) 9 GB 3.5 Inch SCSI drive b) storage capacity of 36 GB (installed) per chassis with 2 additional chassis (w/o drives), c) Expandable Disk Compatibility of 72 GB per chassis 3.) REDUNDANT FEATURES -- a) Redundant parity disk, b) Redundant Fan Modules, 4.) INTERFACES -- a) RAID -- Host -- Fast & Wide SCSI-3 Differential, 1) Data -- Extended Differential Fast Bus, b) GENERAL -- DCRsi Format Data Bus, RS-232/RS-422 Control Bus, IRIG-B Time Code Interface, Auxiliary Data Compatibility, 5.) SOFTWARE CONTROL -- a) DCRsi (Digital Cartridge Recording System) Compatible b) User Log Compatibility 6.) TEMPERATURE CONTROL -- a) Operating -- 10 to 40 C b) Storage -- 1 to 60 C c) Operating Humidity -- 20 to 80%, non-condensing, 7) GENERAL SPECIFICATIONS -- RAID disk unit shall be COTS and operate (operate means: The interface control module translates the RAID control commands and data into DCRsi-compatible commands and data. DCRsi compatibility includes transparent operation of the control software, user log, auxiliary data and time code functions. The DCRsi interface shall be used without exception for data transfer) without modification with the Integrated Circuit Systems (ICS) interface card as well as a ICS-1000 data collection system, 8) SUPPLIES -- a) All cabling, software, and manuals. The contractor shall deliver CLIN 0001 with Contract Data Requirements List (CDRL) within 30 days after contract award to: Receiving Officer, MS-31, Supply Department, Naval Air Warfare Center Aircraft Division, Bldg. 665, Patuxent River, MD 20670-5605, m/f Tony Brescia, Naval Air Warfare Center Aircraft Division, Bldg. 2185, Suite 1130, Patuxent River, MD 20670. Inspection 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 proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offeror's technical proposal 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. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. The offeror shall provide backup information verifying the price offered, e.g. a copy of current catalog, three invoices for the same equipment, etc.. 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 withdrawal 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 proposal. 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): 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.219-14 Limitation on Subcontracting (DEC 1996), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1994), 52.222-36 Affirmative Action for Handicapped Workers (APR 1994), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), 52.239-1 Privacy or Security Safeguards (AUG 1996). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7036 North American Free Trade Agreement Implementation Act, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.247-7024 Notification of Transportationof Supplies by Sea. CONTRACT DATA REQUIREMENTS LIST (CDRL) -- The Government requires that one data item be provided. This data item shall be titled "Operating and Maintenance Manual) and may be submitted in contractor format. This CDRL requires one copy of said manual. This is a DO -- A70 rated contract. Note 1 applies. Offers are due to CONTRACTS, Code 25421S, Bldg. 588, Suite 2, NAWCAD 47253 Whalen Road, Unit 588, Patuxent River, MD 20670-1463, by 2:30 P.M. Eastern Standard Time 22 July 1997. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation, contact Jeanette Moronta, Code 25421S (301) 342-1825 ext. 165. For copies of FAR provision 52.212-3 or DFARS provision 252.212-7001, fax your request to Jeanette Moronta, (301) 342-1847. ***** (0190)

Loren Data Corp. http://www.ld.com (SYN# 0387 19970711\70-0002.SOL)


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