Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

NOAA/Systems Acquisition Office (SAO), 1315 E. W. Highway, Mail Code SAOX2, Silver Spring, MD 20910

66 -- REPLACEMENT SINGLE BOARD COMPUTER FOR ASOS SOL 52-SPNA-0-00080 DUE 081000 POC Annette Stevens, Contracting Specialist, 301-713-2110 x 116 The National Oceanic and Atmospheric Administration (NOAA) is seeking a replacement Single Board Computer (SBC) for the National Weather Service (NWS) Automated Surface Observing System (ASOS) Acquisition Control Unit (ACU).The NWS intends to acquire a min. of 100 boards in the next 12 months, and additional 245 boards in the next 24 months, with a possibility of up to 2100 boards over a three year period. The replacement SBC shall meet/exceed the following salient characteristics: 1) be based upon a PowerPC 750 processor at 300M hz. or better, 2) have a min. of 8M bytes of ROM on the SBC, field expandable to up to 32M bytes (field-expandable memory may be on daughter board.), 3) have a min. of 16M bytes of DRAM resident on the SBC, 4) have a minimum of 8M bytes of non-volatile battery backed-up RAM which may be on a daughter board, and having battery capacity to retain SRAM contents for a min. of 45 days, 5) have a bootstrap program reprogrammable by the NWS which is resident in ROM. 6) provide 2 independent RS-232 serial ports at up to 28.8K bits per second, 7) have Y2K compliant battery backed-up real-time clock/calendar hardware accurate to within 15 seconds per month (a calibration may be applied) 8) have a min. mean time between failures of 100,000 hours, 9) have a front panel reset switch and status indicators, and 10) have an autosensing 10Base-TX ethernet interface. The NWS anticipates a standard temp. SBC, and an (identical) extended temp. range SBC. The SBC shall operate in the following environment: 1)standard temp. SBC: +55 degrees F to +130 degrees F, and (b) an extended temp. SBC +35 degrees F to +150 degrees F, and 2) withstanding temp. -60 degrees F to +140 degrees F, 3) operational humidity up to 85% R (non-condensing). 4) withstanding humidity up to 95 % RH (non-condensing). The SBC shall have a maximum current consumption of: 1) 3.0 a @+5 VDC, 2) 0.1 a @ +12 VDC, and 3) 0.1 a @ -12 VDC source. In the event of an SBC failure, it shall be possible to retrieve the contents of the battery backed-up memory. Two SBC boards shall be operable when resident on the same VME bus. The SBC shall be compatible with the current version pRISM+PRO and pSOS from Wind River Systems, Inc. The SBC vendor shall provide a board support package compatible with the current version of pSOS. The SBC vendor shall provide a maximum of 7 work days (possibly continuous) of on-site support at the NWS headquarters in Silver Spring, Maryland. This is a combined synopsis/solicitation for commercial items 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, 52-SPNA-0-00080, is a Request for Proposal. This acquisition is a total small business set aside. The SIC is 3672 with the size standard being 500 employees. the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.NOAA requires interested parties to provide the following: 1) complete technical description of SBCs to be considered for this procurement, which demonstrates the board meets salient requirements, and that a current version of pSOS has been hosted on the board; 2) prices for indefinite delivery and indefinite quantity of boards (assume 90% standard temp. range and 10% extended temp. range) addressing the above-stated acquisition schedule; 3) anticipated lead time and production capability to address the above-stated acquisition schedule; and 4) names and contact information to allow the Government to obtain past performance data from three prior customers (preferably Government) who have used the board in an embedded controller application. The Government intends to establish a contract vehicle to purchase the replacement board, and will consider cost, past performance, and technical risk in accomplishing a re-host of the existing ACU software to the proposed board as approximately equal in weight for makingthe award of this contract. Offerors shall include a completed copy of the provision at .212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition without adenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The date and time for closing of this CBD-RFP shall be 8-10-2000, at 1500 hours Eastern time. All questions and responses shall be directed to Annette Stevens, Contract Specialist, Department of Commerce/NOAA, 1325 East West Highway, Workstation 4347, Silver Spring, Maryland 20910. Posted 07/24/00 (W-SN478097). (0206)

Loren Data Corp. http://www.ld.com (SYN# 0581 20000727\66-0009.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com