Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588

Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1007, Room 44, Stennis Space Center, MS 39529-5004

66 -- ADVANCED DATA STORAGE DEVICE SOL N00173-00-R-SE05 POC Contract Specialist, Eric J. Sogard; Contracting Officer, Patricia A. Lewis (228) 688-5784 WEB: click here for related documents, http://heron.nrl.navy.mil/contracts/home.htm. E-MAIL: click here, SSCContracts@nrlssc.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulaton 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 is a request for proposal (RFP) and the solicitation number is N00173-00-R-SE05. The Naval Research Laboratory (NRL) has a requirement for Advanced Storage Devices for usage with a reconnaissance camera in a Tactical Air Reconnaissance Pod System -- Completely Digital (TARPS-CD Pod). The data storage devices shall have dual I/O interfaces. One shall support an ANSI standard Fibre Channel interface; the other shall emulate the interface to an Ampex DCRsi tape rcorder. Each interface shall be able to be activated without hardware reconfiguration and shall access the full capacity of the data storage device. The Ampex DCRsi compatible interface shall be controlled through a serial control port using either RS-232 or RS-422 protocols. The Fibre Channel interface may be controlled through the Fibre Channel interface and shall use a standard control protocol. The Ampex DCRsi interface shall be connector compatible with a standard, ruggedized, DCRsi tape recorder. The Ampex DCRsi compatible interface shall allow the data storage device to be used as a drop-in replacement for the Ampex DCRsi tape recorder unit. The software interface shall handle all Ampex DCRsi commands and shall provide identical responses. The software shall inform the user during readout that the end of the memory, or the end of a record segment has been reached and shall allow new memory locations to be accessed. The unit shall respond to periodic requests for information, such as the present memory address without interruption of ongoing reading or writing processes. The hardware for the data storage devices shall consist of two (2) units; one ruggedized storage unit that is suitable for flight in a military jet, and one reader unit that is rack mounted and suitable for installation in a ground station. The ruggedized storage unit shall consist of a chassis and one or more removable data storage modules. The technical specifications for the ruggedized unit are: Physical Size: Not to exceed 12.5" x 17.6" x 7.5", Weight: Not to exceed 32lbs, Storage Capacity: minimum of 30 Gbytes, Data I/O rate: greater than or equal to 64 Mbytes/sec., Error Rate: less than 10 to the negative power of 12 BER, and Power Required: maximum 75 Watts at 28 VDC. The rack-mounted unit shal consist of a chassis that has the same interfaces and functionality of the ruggedized unit. The technical specifications for the rack mounted unit are: Physical Size: not specified, Weight: no limitations, Storage Capacity: this unit shall be capable of reading removable storage modules from the ruggedized storage unit and shall have the same capacity, Data I/O rate and BER, Power Required: standard 110V, 60 Hz. All software documentation and user manuals shall be delivered with the units in accordane with standard commercial practices. The required delivery of the units, with all modules, interfaces and chassis units shall be no later than August 15th, 2000. If any calibration or installation tasks are required, such tasks shall be included in the quoted price and shall be completed within one week of delivery. The articles to be furnished hereunder shall be delivered FOB destination to the Naval Research Laboratory, Washington, DC 20375-5320. The solicitation and incorporated provisions and clauses are those in effect through Federal Acqusition Circular 97-14 and for Defense Acquisition Supplement 91-13. The FAR and DFARS provisions and clauses are hereby incorporated by reference. For full text of FAR and DFARS provisions and clauses see http://farsite.hill.af.mil/. Offerors are advised to propose in acordance with the provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items and DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet the Government's minimum needs based on examination of product literature or technical approach narrative, (2) Past Performance (Proven past performance of flight hardware on a Navy military aircraft is highly desirable(See FAR 52.212-1(b)(10))(3) Delivery time, and (4) Price. The required delivery date including any calibration and/or installation is a mandatory evaluation factor, offerors not meeting this daate will be considered non-responsive. Technical capability and past performance, when combined are of greater inportance compared to price. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items. The additional clause cited under FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6 Alt I, FAR 52.203-10, FAR 52.219-4, FAR 52.219-8, FAR 52.219-14, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR 52.232-33. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to this acquisition are: DFARS 252.212-7001, 252.225-7012, 252.227-7015, 252.227-7037 and 252.233-7000. Any contract awared as a result of this solicitation will be rated DO order certified for national defense use under the Defense Priorities and Allocations System (DPAS)(15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. Offers must be delivered to Procuring Contracting Officer, Code 3250:EFS, Naval Research Laboratory, Department of the Navy, Stennis Space Center, MS 39529-5004 and received no later than 4:00p.m. C.S.T., 16 May 2000. The package should be marked: RFP N00173-00-R-SE05, Closing date: 05/16/00. For information regarding this solicitation contact Eric Sogard, Contract Specialist at (228) 688-5980. This requirement is a 100% set-aside for small business (SB) concerns. All responsible sources responding to ths solicitation will be considered. Numbered Note 1 applies. Posted 04/25/00 (W-SN448368). (0116)

Loren Data Corp. http://www.ld.com (SYN# 0258 20000427\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page