Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

Dahlgren 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