SPECIAL NOTICE
99 -- Lumistar Ruggedized Industrial Grade Computer System
- Notice Date
- 4/29/2016
- Notice Type
- Special Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AW6077B002
- Archive Date
- 5/21/2016
- Point of Contact
- Ana L. Velasco, Phone: 6612777402, Tylan J. McBride, Phone: 661-277-2704
- E-Mail Address
-
ana.velasco.2@us.af.mil, tylan.mcbride.2@us.af.mil
(ana.velasco.2@us.af.mil, tylan.mcbride.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PART: U.S. GOVERNMENT PROCUREMENTS AFTC/PZIEA Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: Lumistar Ruggedized Industrial Grade Computer System REF NO.: F1SEAD6089BG01 This is a notice of contract action (NOCA); this is not a solicitation for proposals. No reimbursement will be made for any costs associated with providing information in response to this NOCA or any follow-up information requests. The purpose of this NOCA is to notify industry of the USAF's intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of solicitation, as one does not exist. Notice of Contract Action: The AFTC Contracting Directorate (AFTC/PZIEA), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items IAW FAC 2005-85 (26 February 2016); FAR Part 13 Simplified Acquisition Procedures IAW FAC 2005-83 (1 October 2015); FAR part 6.302 Circumstances Permitting Other Than Full and Open Competition IAW FAC 2005-86 (31 December 2015) to Lumistar, LLC, 5870 El Camino Real, Carlsbad, CA 9200-6638, 15086. The applicable NAICS is 334290. The following is a brief description of the acquisition requirements: This component is to be built into the airborne DAS rack that will display the necessary video streams and parameters in real time, allowing Flight Test Engineers (FTEs) to make real time decisions about test results as the test points are being conducted. The system must be a ruggedized system for industrial grade use to include: 19" Rackmount - 4U height/18.5 inches deep; 16GB RAM, DDR4 - 3400; i7 Quad Core Processor; Dual 500 GB removable high speed SSHDs for read/write operations - removable Data Port 10 SSHD chassis; Gigabit Ethernet; HD graphics - resolution 1920 x 1200 (minimum) - 60Hz refresh rate (minimum) - DVI video output (primary) - with second video output (DVI or HDMI acceptable for secondary - GDDRS SDRAM memory, 4 GB (minimum); USB - two on front, four on rear, half or more of USB ports on front and rear will be US-3; Windows 7 Pro Operating, 64 bit; power Supply: 750 W minimum; Passive backplane with three PCIe slots (minimum). There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include verification of the Offeror's Representation and Certifications-Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12. All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 4:00 p.m., Pacific Standard Time, May 6, 2016. Responses should be submitted to: Contract Specialist Ana Velasco (AFTC/PZIEA), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. The contractual point of contact is Ana Velasco, (661) 277-7402, E-mail: ana.velasco.2@us.af.mil. Telephone requests to be placed on a mailing list will not be honored. Facsimile responses are acceptable and must be received on or before the closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AW6077B002/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave., Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04100015-W 20160501/160429233859-e61bd2a02f7a1cea545dd7c8c44c3785 (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 |