Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2011 FBO #3606
SOLICITATION NOTICE

70 -- INTENDED SOLE SOURCE - TAG SERVERS SV-2000-A2

Notice Date
10/7/2011
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-12-Q-2200
 
Response Due
10/11/2011
 
Archive Date
11/10/2011
 
Point of Contact
Point of Contact - Melody C Proffit, Contract Specialist, 757-558-6631; Melody C Proffit, Contracting Officer, 757-558-6631
 
E-Mail Address
Contract Specialist
(melody.proffit@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a re-advertisement of cancelled solicitation, N65236-11-Q-2247. The Space and Naval Warfare Center Atlantic (SPAWAR Atlantic), Code 43140 has a requirement for Technology Advancement Group, Inc (TAG) material as listed below. Only quotes for the brand name items will be evaluated under the authority of FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. (1) SV-2000-A2 Server, P/N: 1008565 - 2 Each; (2) SV-2000-A2 Server, P/N: 1009325 2 Each (3) LTO-3 SAS Tape Assembly, P/N: 1009193 8 Each; The above material has been through the program of record PMW 160 systems engineering process and tested with Compose Software for shipboard use. This material was also tested for shock and vibration for Grade A shock quals. These are the only approved models for use and listed in the SPAWAR PMW 160 PPL/SSIL product list for the Afloat Networks System. Any vendor proposing an equal product will have to provide proof that their product has been through the testing procedures and has been signed off/accepted by the Chief Engineer of PMW 160. Other required tests include: EQT; Shock and Vibe Grade "A"; Compatiblity with Compose 2.0.3, 3.0, and 3.0.1 software; Interface tests with the NTCSS and GCCSM networks; Interface tests with CISCO/Alcatel/SONY and other OEM devices that connect to the server; Logistics supportability analysis test; Human Machine Interface Test; and Hazardous Analysis. This requirement will be awarded in accordance with FAR Part 12 and FAR Part 13. This requirement will result in a firm fixed price purchase order. Award will be made on an all or nothing basis. Contract is to be FOB DESTINATION shipped to Space and Naval Warfare SSC Atlantic, Receiving Officer, St Juliens Creek, Bldg 59, Magazine Road, Portsmouth, VA 23702 and shall be marked for as specified in resultant order. The Government will accept quotes from all responsible sources with the capability to provide the products to the brand name cited above and will award an order resulting from this solicitation to the responsible vendor whose offer conforms to the RFQ and is considered to be most advantageous to the Government. Quotes are due to Melody Proffit, Contract Specialist, SPAWAR, Atlantic by 16:00 p.m. Eastern Standard Time, 11 October 2011 and can be submitted via e-mail at: melody.proffit@navy.mil. The Government will not pay for any information received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-12-Q-2200/listing.html)
 
Record
SN02604838-W 20111009/111007234658-e40999f18cfcba891133a6f0cfd41cf7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.