|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 70 -- INTEL PENTIUM PROCESS BASED COMPUTER SOL N00178-98-R-3056 DUE
070298 POC Alice Pladson, Contract Specialist, (540) 653-7765, Maryann
Piersall, Contracting Officer WEB: Dahlgren Division, Naval Surface
Warfare Center, http://www.nswc.navy.mil/supply. E-MAIL: Dahlgren
Division, Naval Surface Warfare Center, apladso@nswc.navy.mil. The
Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory
Procurement Division is implementing Electronic commerce (EC) in the
acquisition area, therefore synopsis and resulting solicitations with
any applicable amendments will be available on the World Wide Web at
http://www.nswc.navy.mil/ under Procurement Division or at
http://proc_div.nswc.navy.mil/supply. After 1 October 1997,
solicitations and amendments will only be available at the above Web
sites. Hard copies WILL NOT be provided. Vendors should regularly
access the NSWCDD Web site to ensure that they have downloaded all
amendments. This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in FAR Subpart 12.6
(STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL
ITEMS), 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.
TheRequest for Proposal (RFP) Number is N00178-98-R-3056. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-04 and Defense
Acquisition Circular 91-12. This is full and open competition, SIC
3571. This requirement is a Firm-Fixed Price contract for the
acquisition of one workstation with three solid state disks and/or
caches in accordance with the following specifications. The contractor
shall provide: CLIN 0001 -- One Intel Pentium processor based computer
to include: Dual slot 1 ATX or extended ATX mother-board with 6 bus
master PCI slots, and Intel 440BX AGP set; Two (2) Intel Pentium II 400
MHz CPU with 512 KB L2 cache; Three (3) 128 Megabytes (MB) of
unbuffered ECC SPD SDRAM, Intel PC 100 compliant, Column Address Strobe
(CAS) 2, Tclk rating 8ns (Note: NOT to be confused with Tac), matching
metal type of motherboard DIMM socket with SDRAM DIMM; Storage Devices
-- 3.5", 1.44MB internal floppy drive, 4 Gigabyte (GB) internal IDE
hard disk drive (HDD), internal CD-ROM drive (30x or greater, ATA4
compliant), JAZ 1GB internal drive, with appropriate cabling to connect
internal devices; Graphics Adapter AGP 2X accelerator board, Intel 740
graphics, 8MB memory; Adapters -- If a port for any of the internal
storage devices is not available on the motherboard then an adapter
card compatible with the internal storage device is included; Case --
All steel tower case, with 2 intake variable speed temperature sensing
cooling fans, 2 exhaust variable speed temperature sensing cooling
fans, 400 Watt ATX power supply, with at least two 5.25" half-height
empty externally accessible bays; 104 Key Keyboard with appropriate
cable; Kensington Expert Mouse v5.0 (trackball); MicroSoft WIN NT V4.0
SP3 at later operating system; 90 day minimum parts and labor warranty
(off-site repair); Manuals and/or documentation. CLIN 0002 -- Three
Solid State Disk (SSD) or Solid State Cache (SSC) subsystems to include
a one-year minimum parts and labor warranty (off-site repair only);
Manuals and/or documentation. DESCRIPTION: SSD OR SSC (1) subsystem
must conform to the following: 1. Host Bus Adapter (HBA): 30MB/s
sustained minimum throughput, verified by criteria commercial
benchmarks. 2. Solid State (SS) component must have: a) Seek time equal
to 0.00 milliseconds, b) Rotational latency equal to 0.00 milliseconds,
c) Data stored reliably, MTBF>= 500,000 hours, d) Data stored
accurately, has error checking, e) Access time (not including
controller access time) less than 60 microseconds, f) Sequential write
capacity not less than 1.0 GBs across the subsystem, g) Any SS storage
devices' file system does not exceed the MS DOS 2 GB format limitation,
h. Does not retain data after power down, unless the SS component is a
removable device and less than or equal to the 5.25" 1.5-height form
factor drive bay size. 3. If external subsystem, must have 120 volt
enclosure. 4. If internal subsystem, conforms to 5.25 or 3.5 inch form
factors and does not exceed the full-height form factor. 5. Works with
MS operating systems (O/S) and UNIX based O/S. 6. HBA uses a maximum of
one PCI slot. 7. HBA included with SS subsystem. 8. Written data
resides in file system of the SS subsystem -- -SSC subsystem must
include storage device(s) (probably HDDs) which have a file system, and
these storage device(s) must be removable with size less than or equal
to the 5.25" 1.5 height form factor drive bay size and match the
storage capacity of the SSC. 9. Must include a one year parts and labor
warranty minimum (off-site repair). The SSD or SSC subsystem should be
optimized by the following criteria: 1) Maximize MB/s sustained
throughput -- a. assumes sequentially writing to one open file, b.
verified by your running and submitting results of benchmark programs
on your proposed SS subsystem. 2) Minimize footprint of SS subsystem
(footprint constraints from existing equipment cart). 3) Maximize solid
state storage capacity (definition Gigabyte = 1024 x 1024 x 1024
bytes). 4) Minimizeadministrative intervention required for each
power-up of the subsystem (does not include initial connection and
setup with host computer.) 5) Flexibility of SS component
reconfiguration. BEST VALUE EVALUATION CRITERIA: 1.0 This requirement
will be evaluated on a Best Value basis. 2.0 Minimum Requirements
Methodology -- Each offeror will be evaluated to determine if their
proposal meets the minimum requirements as stated in the Description
section above and the attached benchmarks. 3.0 Added Value Methodology
-- There are five elements which have added value to the Government.
Each of the added value elements is essentially equal in importance.
Each element is broken into factors and/or subfactors, which have a
descending order of value to the Government. Offerors may be awarded
extra value for any and/or all of the factors and/or subfactors.
Element 1) Maximize Megabyte/second sustained throughput: Factor 1:
Commercial Benchmark: Subfactor 1: 80+ Megabyte per second (MB/s);
Subfactor 2: 50 to 79 MB/s; or Subfactor 3: 30 to 49 MB/s. Factor 2:
SSDSPEED. EXE Benchmark (Attachment 1) Subfactor 1: 40+ MB/s; Subfactor
2: 39 to 35 MB/s; Subfactor 3: 34 to 30 MB/s; Subfactor 4: 29 to 25
MB/s; Subfactor 5: 24 to 15 MB/s. Element 2) Minimize footprints of SS
subsystem: (dimensions in Width by Depth by Height [WxDxH]) -- Factor
1: Internal Subsystem; Factor 2: WxDxH less than 8.5"x19.5"x10.5";
Factor 3: WxDxH less than 18.5"x19.5"x11"; Factor 4: WxDxH all others
which are larger. Element 3) Maximize Solid State Storage Capacity --
Exceeds the minimum 1.0 GB. Element 4) Minimize Administrative
Intervention Required for Each Power-Up of the Subsystem: Factor 1:
Configuration and/or formatting necessary can be handled automatically
by setup file or boot process or the like, without operator
intervention. Factor 2: One operation/program/function required to
prepare the SS subsystem after power-up. Factor 3: All other
procedures. Element 5) Flexibility of SS Component Reconfiguration --
Factor 1: One SS subsystem could be connected to multiple host
computers; Factor 2: Two SS subsystems could be combined and connected
to one host computer to increase the single sequential write file
storage capacity (one file system). Factor 3: Two SS subsystems could
be connected to one host computer as independent subsystems (i.e.,
separate file systems). 4.0 Past Performance -- Each offeror shall
provide the name and points of contact of the last five sales to whom
they have provided the same or similar equipment. Past performance is
essentially two and one half times as important as the added value
elements. Each reference/point of contact will be asked to rate the
quality of the product, timeliness of delivery, product support, and
cost control. 5.0 Price is not scored in this evaluation and is not
considered the most important evaluation factor. The importance of
price as an evaluation factor will increase with the degree of equality
of the proposals in relation to the remaining evaluation factors. After
evaluation of the technical and price proposals, cost may be the
deciding factor for selection, depending on whether a highly evaluated
technical proposal warrants the evaluated price difference. 6.0
Specific Evaluation Criteria: Minimum Requirements -- See CLIN 0001 and
Description 0001 above. Added Value Items -- There are five added value
elements of the description in which exceeding the minimum requirements
is an added value to the Government. BENCHMARKING PROCEDURES: 1)
Benchmark computer does need to be running an MS O/S. 2) Benchmark
computer using 32MB of memory. 3) Provide benchmarking platform
configuration: a) Make, model, description and/or part number of all
hardware, especially motherboard, memory, CPU, adapters, interfaces,
drives. b) Hardware driver names and version numbers and settings,
especially, interface drivers. c) Name, version number and settings of
all installed software and firmware, especially O/S, BIOS, and
interface EPROM and the like. 4) Run and submit results from one of the
following benchmark programs: a) Michael's Disk Benchmark v1.11 found
at http://www.acnc.com/benchmarks.html, slide down the page to
Michael's Disk Benchmark v1.11, click. b) RAIDmark v1.1 by DynaTek
Automations Systems, Inc., found at
http://www.acnc.com/benchmarks.html, slide down the page to RAIDmark
v1.1, click. c) CliBench MK II found at
http://www.geocities.com/SiliconValley/vista/9159/index.html, click on
DOWNLOADS and then click on CliBench MK II v1.0.0. 6) Run and submit
results from Benchmark Program. A) SSDspeed.Exe. PLEASE CALL FOR
FURTHER INSTRUCTIONS REGARDING BENCHMARKING to Alice Pladson,
(540)653-7765 on email: apladso@nswc.navy.mil DELIVERY SCHEDULE: All
deliveries shall be inspected and accepted at a point of destination,
and delivered FOB Destination to Naval Surface Warfare Center, Dahlgren
Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 as follows: 30
days after contract award. The following FAR clauses apply to this
acquisition and are incorporated by reference: FAR 52.212-1,
Instructions toOfferors -- Commercial Items; FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items -- OFFEROR MUST
INCLUDE A COMPLETED COPY OF THIS PROVISION WITH ITS OFFER; FAR
52.212-4, Contract Terms and Conditions -- Commercial Items; and FAR
52.212-5 -- Contract Terms and Conditions Required to Implement
Statutes of Executive Order -- Commercial Items. Contractor shall
provide a copy of their commercial warranty. Contractor shall provide
any descriptive literature, brochures, etc. with their proposal. The
offer must: (1) be for the items described above; (2) be FOB
Destination to this Center; (3) include the proposed delivery schedule
and the discount/payment terms and warranty duration; (4) be signed by
an authorized company representative, (5) include name of authorized
negotiator along with telephone number, facsimile number and e-mail
address (if available); and, (6) include their taxpayer identification
number (TIN), Cage Code Number, and DUNS number. This procurement
israted DO-A7. Offers are due by 02 JUL 1998 no later than 2:00 p.m.
(local time/EST) to: Pilkerton/Getty, Code SD13-20/21, Building 183,
Room 106, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. Contact Alice
Pladson at 540-653-7765 for further information. All responsible
sources may submit an offer which shall be considered by this agency.
Quotes must include the size status of the company and adequate
information to determine whether the proposed item will meet the terms
and conditions cited above. Award is anticipated within 10 days of the
date quotes are due. For solicitations issued after 31 March 1998, DOD
will no longer award contracts to contractors not registered in the
Central Contractor Registration (CCR) data base. Registration may be
done by assessing the CCR Web site at http://www.acq.osd.mil/ec.
Registration may be done via dial up modem at (614) 692-6788 (User ID:
ccrpub; Password: pub2ccri). Any certified value added network (VAN)
can be used for registration. A paper registration form may beobtained
from the DOD Electronic Commerce Information Center at 1(800)
334-3414. (0166) Loren Data Corp. http://www.ld.com (SYN# 0325 19980617\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|