Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

70 -- WILDFORCE SYSTEM W/64 BIT VME64X INTERFACE SOL N00178-99-Q-3008 DUE 073099 POC sd13 (540) 653-7765 WEB: Dahlgren Division, Naval Surface Warfare Center, http://www.nswc.navy.mil/supply. E-MAIL: Dahlgren Division, Naval Surface Warfare Center, sd13@nswc.navy.mil. 70-GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT 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/supply under Procurement Division. 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. 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 be obtained from the DOD Electronic Commerce Information Center at 1 (800) 334-3414. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. The Government intends to procure on a Sole Source basis from Annapolis Micro Systems, Inc., 190 Admiral Cochrane Drive, Suite 130 Annapolis, Maryland 21401 a Wildforce System containing two reconfigurable single-slot 6U VME bus computer boards with a 64 bit VME64X interface, and four Wildstar Data Port Highspeed Digital I/O cards that each support a 800 Mbytes/second data transfer rate with six 38 pin AMP MICTOR connectors. Each board must contain at least 35,000 slicesof Virtex. The card architecture must support the implementation of a 64 bit wide 100 MHz pipelined processor with all three XCV1000s in series. It must also be programmable using the VHDL language. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division is implementing Electronic Commerce (EC) in the acquisition area, therefore synopsis and resulting solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil under Procurement Division or at http://nswc.navy.mil/supply. Solicitation and amendments are only 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. The solicitation number is N000178-99-Q-3008 and is an RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and DFARS Change Notice dated 25 May 1999. This is a Firm Fixed Price Contract SIC 5046 -- 100 employees. DELIVERY SCHEDULE: All deliveries shall be inspected and accepted at point of destination, and delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100 as follows, required delivery date is 45 days from date of order. CLIN 0001: P/N WS/38C30MIC MICTOR Cables -30"(12 each), CLIN 0002: P/N WS/IOP-2WSDP/V Front Panel (2 each), CLIN 0003:P/N WS/PII450 Pentium II 450 MHz Single Board (1 each) with 128 MBRAM, 1.44 Floppy, 10 GB Hard Drive, 24X CDROM, Keyboard, Mouse, Windows NT (Loaded), Board Support Package, Network Connection, CLIN 0004:P/N WS/38C6MIC: MICTOR Cables -- 6"(12 each) CLIN 0005: P/N WS/IOAdd/3MIC ( 4 each)- Add 3 Conn to I/O Card, CLIN 0006: P/N WS/IOAWSDP/V300/2M: WSDP High Speed I/O (4 each), CLIN 0007:P/N WS/XCV1000-ESV/20: Wildstar, VME, 3 XCV1000s, 20mbyte memory, DSP board (2 each), CLIN 0008:P/N WF/DevSynWinUpVM: 1 yr. Maintenance, CLIN 0009:P/N WF/DevSynWinUpV Synplicity Upgrade to Virtex (3 each), CLIN 0010:P/N WS/ChVME64X/12-PO- 12 : VME, 12 slot Tower Chassis (1 each), FAR 52.212-1, Instructions to Offerors Commercial Items and the provision FAR 52.212-2, Evaluation Commercial Items, Price and Past Performance apply to this solicitation and are hereby incorporated by reference. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification Commercial items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items Subparagraphs (a), (b) 1, 5, 11, 13, 14 15 (d) and (e) apply to this acquisition and are hereby incorporated by reference. The provision at DFAR 252-212-7001, Contract Terms and Conditions -- Commercial Items, apply to this acquisition. The provision at FAR 52.2, Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, Subparagraphs (a), (b) 252.20 7000-Domestic Source Restrictions, 252.225-7012-Preference for Certain Domestic Commodities, 252.227-7015-Technical Data-Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.243-7002, Requests for Equitable Adjustment and (c) apply to this acquisition and are hereby incorporated (b) reference. The contractor shall provide a copy of their commercial warranty. The following clause applies: YEAR 2000 WARRANTY-INFORMATION TECHNOLOGY (SEP 1998) (a) The Contractor warrants that all information technology (IT) (as defined FAR 2.101), whether commercial or noncommercial, delivered under this contract that will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall be Year 2000 compliant if properly installed, operated, and maintain accordance with the contract specifications and applicable documentation. If the contractor requires that specific deliverables operate together as a system, this warranty shall apply to those deliverables as a system. (b) "Year 2000 compliant (as defined at FAR 39.002) means that the IT accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other IT, used in combination with the IT being delivered, properly exchanges date/time data with it. "Proper exchange" of data/time data shall be in accordance with the interface requirements specification(s) of the contract. (c) For line item deliverables which are commercial items (as defined at FAR 2.10 and which include commercial IT, the terms and conditions of the standard commercial warranty covering such commercial IT shall apply in addition to, and to the extent, the terms and conditions are consistent with this warranty. Any applicable commercial warranty shall beincorporated into this contract by attachment. (d) Notwithstanding any provision to the contrary in other warranty requirement(s), this contract, or in the absence of any such warranty requirement (s), the remedies available to the Government under this warranty shall include those provided in the Inspection clause(s) of this contract. Nothing in this warranty shall be construed any rights or remedies the Government may otherwise have under this contract. (e) Unless specified elsewhere in the contract, the Contractor will also deliver to the Government a report summarizing any Year 2000 compliance testing that was performed, and the results thereof. (f) This warranty shall expire on 31 January 2001, or one hundred eighty (180) days after acceptance of the last deliverable IT item under this contract (including any exercised hereunder), whichever is later (end of clause). CBD Note 22 applies. This procurement is DO-A7. Contractors are required to register with the United States Government Central Contractor Registration (CCR) on World Wide Web at http://www.ccr.dlsc. dla.mil. Offers are due by 30 July 1999 no later than 2:00 p.m. (local time/EST) to: Naval Surface Warfare Center, Dahlgren Division, Attn: Code SD13 Building 183, Room 106, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100 or by express mail or hand carried to the above address. Call (540) 653-7765 for further information. 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/supply . Posted 07/28/99 (W-SN359784). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0400 19990730\70-0010.SOL)


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