SOLICITATION NOTICE
66 -- High Performance multiprocessor computer system
- Notice Date
- 8/12/2009
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017809Q1062
- Response Due
- 8/24/2009
- Archive Date
- 9/24/2009
- Point of Contact
- Rachelle Eller 540-653-7093 Rachelle Eller,Voice: 540-653-7093,Fax: 540653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on-line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. 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. The Naval Surface Warfare Center, Dahlgren Division, intends to procure on a sole source basis from Hi-Techniques Corporation or authorized distributors/resellers the following: CLIN 0001, a quantity of five (5), Part Number: Synergy CS, Rack-mount synergy chassis 16 slot.; CLIN 0002, a quantity of two (2), Part Number: Synergy P, Portable synergy chassis, 4 slot; CLIN 0003, Part Number: SY-440CI, a quantity of twelve (12), Synergy processor module; CLIN 0004, Part Number: SY6216-4D-VC, a quantity of twenty-six (26), Synergy universal signal input module; CLIN 0005, Part Number: SY-TR4, a quantity of twenty-six (26), Transient memory option for signal conditioner card; CLIN 0006, a quantity of twenty-six (26), 32MB transient memory option for input module; CLIN 0007, a quantity of seven (7), Part Number: SY-IRIG, IRIG time synchronization module option; CLIN 0008, a quantity of one (1), Master/slave option for portable Synergy chassis; CLIN 0009, a quantity of one (1), S! olid state disk drive option for synergy portable. Hi-Techniques Corporation is the designer, manufacturer and sole source of the equipment required to support existing equipment. The Synergy digital data acquisition recorders will allow for streaming of data to a storage medium or it will perform a triggered captured of transient data. The Synergy digital data systems will be integrated into existing data acquisition and ordnance initiation systems. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. FOB-Destination to the Naval Surface Warfare Center, Dahlgren Division, 6220 Tisdale Road, Suite 159, Dahlgren, VA 22448-5114 between the hours of 7:00 a.m. and 2:30 p.m. on weekdays shall apply. No deliveries will be accepted on Federal holidays. This solicitation, number N00178-09-R-1062, is issued as a Request for Proposal (RFP). All warranty information shall be included within the proposal. Proposals will only be accepted from Hi-Techniques Corporation or their authorized distributors/resellers. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-35, Effective 14 July 2009 & Class Deviation 2005-00001 and Defense Acquisition Circular DCN 20090729. The NAICS Code associated with this procurement is 334515; the Small Business Size Standard is 500 employees. All offerors must include a completed copy of FAR 52.212-3, Alt. I Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items, as part of their proposal. The offeror shall convey and provide a copy of all standard manufacturer commercial warranties to the buyer. Offerors shall provide all applicable shipping and handling charges and the proposed delivery date. The following FAR clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION). Only authorized distributors and resellers of Hi-Techniques Corporation products will be considered acceptable. This acquisition will occur via a Firm Fixed-Price (Commercial) contract. Offerors must propose in accordance with this solicitation to be eligible for award. Award will be determined on technical acceptability and price. The closing date is August 24, 2009 at 3:00 p.m., Eastern Time. Anticipated Award date is 9 September 2009. All pricing shall be FOB-Destination, Dahlgren, VA. Delivery must be no later than 30 days after receipt of order. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Electronic proposal submission is encouraged at rachelle.eller@navy.mil, but the proposal may also be faxed at (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, ATTN: CXS11-16, Bldg. 183, Room 102, 17632 Dahlgren Rd., Dahlgren, VA 22448-5110.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809Q1062/listing.html)
- Record
- SN01909252-W 20090814/090813001111-de3a92f6a27b409618aff19141a98645 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |