Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2000 PSA #2689
SOLICITATIONS

70 -- MOTHERBOARD, FIBER CHANNEL

Notice Date
September 18, 2000
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-00-Q-0347
Response Due
September 26, 2000
Point of Contact
Mr. Bob Russell, Code 1164E5, telephone 812-854-1450, fax 812-854-3465, e-mail russell_b@crane.navy.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-00-Q-0347 is hereby issued as a request for quotation (RFQ). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and DCN 20000831. The Standard Industrial Classification Code for this procurement is 3577 and the size standard is 500 employees. This requirement is for the following BRAND NAME OR EQUAL ITEMS: CLIN 0001 1 Each PMC I/0 Motherboard. Mfg. MIDAS (VMETRO), M220MR-32D2, Intelligent I/O Subsystem containing dual i960 RD processors with "swinging buffer" architecture for continuous data acquisition/generation with RACEway option. Interface to 160 Mbytes RACEway crossbar with following options: Two PMC positions on secondard PCI allows "Swinging Buffer", two independent PCI segments, each with >120 Mbytes sustained bandwidth (2x16-2x64 Mbytes). VxWorks support with drivers for fibre channel, FPDP and other PMC modules, PCI-toRACRway interface with 120Mbytes sustained bandwith. Holds 2 PMC modules, both accessible from VMEbus and RACEway, Ruggedized version available. Power Consumption @+5V. Memory Size 32 Mbyte 14.5W, Both processors are in the idle state, 14.7W, one processor transferring data across VME and RACEwat, the other processor idle, 15.2W, One processor transferring data across VME and RACEway, the other processor performing an extended selftest. Vibration Operational (Sinus) 10G peak, 5-2000Hz, Vibrational Operational (Random) 0.040g2/Hz (20-1000 Hz flat, then 6dB/oct to 2000Hz. Shock Operational 30G (11ms half sine), 50g (6ms half sine), Altitude Operational 10,000 ft., Relative Humidity (storage) 5-95% non condensing. Temperature: 0 to 70 degrees C, greater than 50 degrees C operation requires adequate airflow (>100 LFPM). Temperature (storage): 40 degrees C to +85 degrees C. Relative Humidity 5-95% non-condensing. CLIN 0002 -- 1 Each VMETRO VMFC-2100-DF Fiber Channel Standard PMC ADA with dual Fiber optic interface and integrated hub. FC-AL rev 4.5, FC-PH rev 4.3, PMC, PMC Host SCSI_FCP rev 12, PMC, PMC Host Bus PCI Local Bus revision 2.1, PMC IEEE P1386.1, CMC IEEE P1386, Power +5 Vdc @ 1.3 amps Dual Copper, +5Vdc @ 1.2 amps Single copper, +5Vdc @ 1.5amps, Single Fiber, +5Vdc @1.7 amps Dual fiber, Relative Humidity (storage) 5-95% non-condensing, Temperature (operating) 0 degrees to 40 degrees C, +70 degrees C (Greater than 50 degrees C operation requires adequate airflow (>100 LFPM) Temperature (storage) 40 degrees C to +85 degrees C, Relative Humidity Operating 5-95% @ 40 degrees C (non-condensing), 1 year limited warranty, maximum weight 4.0 oz. Delivery is required F.o.B. Crane, IN within 6 weeks after award. Final inspection will be at NSWC Crane, IN. Selection for award will be made to Brand Name or Equal products meeting all technical specifications, considering past performance and price. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-6; 52.211-14(DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN]; 52.212-4; 52-212-5; (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33) 52.219-6; 252.204-7003; 252.204-7004; 252.212-7001). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Quotations may be faxed or e-mailed to russell_r@crane.navy.mil, FAX 812-854-3465, Bob Russell. All required information must be received on or before 3pm Eastern Standard Time, 9/26/2000. The mission at NAVSEA Crane is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, NAVSEA Crane is conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
Web Link
Naval Surface Warfare Center, Crane Division's web (www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20000920/70SOL018.HTM (W-262 SN497814)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on September 18, 2000 by Loren Data Corp. -- info@ld.com