SOURCES SOUGHT
D -- Computer Refresh
- Notice Date
- 8/6/2014
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134014D0015
- Response Due
- 8/13/2014
- Archive Date
- 8/15/2014
- Point of Contact
- Madeline Jackson 407-380-4925
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) located in Orlando, FL is conducting market research to identify vendors capable of delivering COTS hardware for a computer refresh of a Device 19G4A Training System. 1.Background (System Overview) The Device 19G4A training system is a Machinery Control System (MCS) simulator for the USS Arleigh Burke (DDG 51) ship class. The trainer provides students with a virtual simulation which mimics actual shipboard equipment and responds to console operator inputs in the same manner as the actual DDG-51 thru DDG-58 shipboard MCS consoles. The Device 19G4A Automated Electronic Classroom (AEC) is a classroom trainer composed of Commercial of the Shelf (COTS) Hardware (computer Station) and Software. The Navy is seeking vendors capable of delivering COTS hardware/software for the Device 19G4A Training System computer refresh that meet the technical requirements listed below. 2.Device 19G4A Computer Technical Requirements 2.1Hardware Twenty-Seven (27) computers meeting the minimum specifications: 1.Chassis: Tower, no greater than 18.5 inches tall, 14 inches wide and 21 inches deep. 2.CPU: Intel 4th generation Core i7 processor or Xeon equivalent. 3.GPU: nVidia Quadro K4000 3 GB. 4.Storage: 2 removable hard drive bays (1 SSD and 1 HDD) a.SSD: Samsung 840 Pro 256 GB (or technical equivalent) b.HDD: empty 5.Power Supply: 650W 80 PLUS Certified PSU. 6.Optical Drive: DVD+/-RW drive 8X. 7.Network: Gigabit Ethernet port and secondary Gigabit Network Interface Card. 8.Memory: 16GB DDR3 1600MHz. 9.USB: 2 front USB ports including 1 USB 3.0 port, 4 rear USB ports including 1 USB 3.0 port. 10.Audio: Integrated audio with Audio In and Audio out ports. 11.Windows 8.1 Pro BIOS embedded license with downgrade rights to Windows 7 and Windows XP. Two (2) sets of installation media updated to most current versions at the time of delivery including: a.Windows 8.1 installation media b.Windows 7 64-bit installation media c.Windows 7 32-bit installation media d.Windows XP installation media e.Hardware drivers installation media 12.Internal Speakers. Other hardware meeting the minimum specifications: a.Six (6) HDD (1 TB, 7200 RPM, 6 Gb/s) compatible with computer empty (item 4 above) removable hard drive bays. Spare items: a.Two (2) Solid State Drives (SDD) (ref item 4a above). b.Two (2) GPU (Video Card) (ref item 3 above). c.One set - Random Access Memory (RAM) d.One set - Hard Drive bays e.One set - Power supply f.One set “ Optical drive 2.2Software Device 19G4A software required is Government-owned and will be installed and tested by Government engineers upon computer delivery. Software is not required to be provided by the vendor. 2.3Warranty All hardware shall come with a 5 year warranty that meets the following requirements: a.Phone and live chat support shall be provided during normal business hours for all U.S. time zones. b.Replacement hardware shall be functionally identical to the original hardware such that hard drive images taken from the original hardware will load as-is and function without degradation on replacement hardware. c.Replacement parts for failed hardware shall be delivered to site within 120 hours of failure notification. Responses to Sources Sought Notice Responses should include a rough order of magnitude (ROM) price, a description of capabilities to perform the subject effort, if the provided end item will be manufactured by another corporate entity, any comments on the requirement and any alternative approaches to filling the subject requirement. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). For purposes of reporting business size, the applicable North American Industry Classification Systems (NAICS) Code for this requirement is 334111. Information should be sent via e-mail to madeline.jackson@navy.mil. Alternative submittal methods are via facsimile to (407) 380-8407 Attn: Code 2532 (Madeline Jackson) or by mail to: Naval Air Warfare Center Training Systems Division, ATTN: Code 2533 (M.Jackson), 12350 Research Parkway, Orlando, FL 32826-3275. Responses are requested by 13 August 2014. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. All questions concerning this requirement should be directed to Contract Specialist, Madeline Jackson, via email at madeline.jackson@navy.mil or by telephone at (407) 380-4925.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134014D0015/listing.html)
- Place of Performance
- Address: SURFACE WARFARE OFFICERS SCHOOL
- Zip Code: ATTN: TOM ARBIGE
- Zip Code: ATTN: TOM ARBIGE
- Record
- SN03454478-W 20140808/140807023053-eca7a4475a0d390598b6a0d25e9fffe8 (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 |