SOLICITATION NOTICE
70 -- Wide Band Serial Data Recorder and Accessories - ADDENDUM
- Notice Date
- 2/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-17-Q-CP04
- Archive Date
- 4/8/2017
- Point of Contact
- Carol A Parnell, Phone: 202-767-2372
- E-Mail Address
-
carol.parnell@nrl.navy.mil
(carol.parnell@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification Addendum to 52.212-1 and 52.212-4 C ombined synopsis/solicitation (Description). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2005-91, DPN 20160923, and NMCARS 13-10 This solicitation, N00173-17-Q-CP04, is issued as a Request for Quote (RFQ). The associated small business size standard is 1,250. NRL has a requirement for: 0001 - 1 EA Part NBR.RTL-WDR (Brand Name or Equal) TELEMETRIX WIDEBAND SERIAL DATA RECORDER WDR SERVER CLASS HOST SYSTEM RUNNING SUSE LINUX OS OR RED HAT OS WITH 32GB MEMORY, 1 RT LOGIC PCI EXPRESS CARD ASSEMBLIES, 4 X 1GBPS ETHERNET PORTS 10GBPS ETHERNET PORTS. THIS UNIT HAS THE ABILITY TO RECORD DATA THROUGH A 10GBPS ETHERNET PROT AND INGEST OF DATA UP TO 6.4GBPS PER CHANNEL (PORT). COMMERCIAL SERVER CLASS PC WITH 5TB SSD EFFECTIVE STORAGE IN RAIDO CONFIGURATION. SERVER PROVIDES REDUNDANT HOT-SWAPPABLE POWER SUPPLIES., 0002 - 3 EA Part NBR. RTL-WDR-1OGPORT (Brand Name or Equal) TELEMETRIX WIDEBAND SERIAL DATA RECORDER 10G PORT UPGRADE 10G ETHERNET PORT ADDITION ENABLES THE INGEST OF DATA UP TO 6.4GBPS PER PORT. UPGRADE INCLUDES AN ADDITIONAL 2TB SSO EFFECTIVE STORAGE IN A RAID0 CONFIGURATION., 0003 - 1 EA Part NBR. RTL-SPT-SYS (Brand Name or Equal), ADDITIONAL WARRANTY/MAINTENANCE CONTRACT EXTENDS THE 1 YEAR COVERAGE (INCLUDED IN THE BASE SYSTEM PRICE) TO A TOTAL OF 2 YEARS WARRANTY/MAINTENANCE PERIOD. THE MAINTENANCE PRICE IS CALCULATED BASED ON THE NON-DISCOUNTED SYSTEM LIST PRICE 0004 - 1 EA Part NBR. RTL-SPT-HRD (Brand Name or Equal), OEM SYSTEM HARDENING AVAILABLE FOR LINUX BASED SYSTEMS. PROVIDES QUARTERLY IA HARDENED DATES AND DOCUMENTATION FOR DIACAP REQUIREMENTS. THE OEM SYSTEM HARDENING PRICE IS CALCULATED BASED ON THE NON-DISCOUNTED SYSTEM LIST PRICE. 0005 - 1 EA Part INSTALL-US (Brand Name or Equal) ON-SITE PROJECT ENGINEER FOR INSTALLATION, TRAINING OR CONFIGURATION SUPPORT 2 DAYS ON SITE (CONTINENTAL US). COST INCLUDES TRAVEL AND EXPENSES The complete specification and/or other information required for this combined synopsis/solicitation is attached to N00173-17-Q-CP04. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 120 days from date of award. ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) In accordance with Section 508 of the Rehabilitation Act of 1973 (29 USC 794d), all EIT supplies and services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS: •2. Specifications-1 Page, •3. Accounting and Appropriation Data - 1 Page* (* To be included at time of award) The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial (OCT 2016) AND ADDENDA TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL aDDITIONAL REQUIREMENTS MAY BE LISTED IN FULL TEXT IN THE ATTACHMENT TO THE SYNOPSIS General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall complete the following electronic annual representations and certifications at http://www.acquisition.gov in conjunction with required registration in the System for Award Management (SAM) database and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (OCT 2016). In accordance with paragraph (j) of FAR 52.212-3 if changes to the SAM annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (OCT 2014) The following factors shall be used to evaluate offers: •(i) Items must be commercially available. •(ii) Technical capability of the items must meet the Government requirement. •(iii) Past Performance evaluated in accordance with the procedures in FAR 13.106. •(iv) Price The non-price evaluation criteria(technical and past performance), when combined, are significantly more important than price. However, price becomes more important as non-price factors become equal. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: Technical The product must be commercially available and meet the specifications and meet the following requirements: 1. Four (4) 10GbE ports for digital recording input and playback output 2. Ten (10) Terabytes (minimum) storage capacity 3. Digital recording or playback up to 6.4 Gbps per port, with an aggregate record or playback rate of at least 25.6 Gbps across all ports. When recording on 2, 3, or 4 ports simultaneously, playback shall be synchronized between ports in the same manner in which the incoming port data were recorded 4. As a key performance benchmark, capability to at minimum, record or playback 2000 byte packets at a rate of 950,000 packets per second in two-port mode 5. Capability to time stamp recorded packets to the nanosecond level 6. Capability to export recorded files to an external storage array. Time source to be user-selectable external IRIG or internal system time 7. Capability to append descriptive file metadata to each recording session 8. System must be portable (2U or smaller size, if rack-mounted) 9. System must be ICD503 security hardened 10. Warranty for 2 years 11. Quarterly security updates 12. On-site installation and configuration support 13. Forty (40) hours of operations and maintenance (O&M) support Past Performance •(1) Evaluation of the vendor/ supplier's past performance to determine how relevant recent efforts accomplished by the vendor/supplier are to the effort to be acquired through the source selection; and •(2) Determination of how well the vendor/supplier has performed on previous awards. FAR 52.212-3 Offeror Representations and certifications - commercial items (OCT 2016) and ADDENDA TO FAR 52.212-3 REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials. (NOV 2011) DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation(DEVIATION 2015-O0010) (FEB 2015) DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011) DFARS 252.215-7008 Only One Offer. (OCT 2013) DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014) DFARS 252.239-7017 Notice of Supply Chain Risk (NOV 2013) (Section 806(e)(6) of Pub. L. 111-383). FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) AND ADDENDA TO FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) FAR 52.203-3, Gratuites (APR 1984) (10 USC 2207). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of PL 110-181). ) DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)(FEB 2015) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Reporting (OCT 2016) DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010) 2 DFARS 52.225-7021, Trade Agreements (NOV 2014) (19 USC 2501-2518 and 19 USC 3301 note). DFARS 252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 USC 2320). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (10 USC 2227) DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card (DEC 2006) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.239-7018, Supply Chain Risk (NOV 2013) ( Section 806(e)(6) of Pub. L. 111-383 ). DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 USC 2410). DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) (10 USC 2631) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (OCT 2016). Paragraph (b (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 USC 4704 and 10 USC 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (OCT 2016) (PL 109-282) (31 USC 6101 note). (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 USC 6101 note). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 USC 657a). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 USC 637(d)(2) and (3)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (OCT 2014) (15 USC 632(a)(2)). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 USC 4212). (30) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 USC 793). (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 USC 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL. 2013) (31 USC 3332). (57) 52.232-34, Payment by Electronic Funds Transfer-Other Than Systems for Award Management (JUL 2013) (31 USC 3332). (59) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 USC 552a). Paragraph (c) N/A Paragraph (e) (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015)(USC chapter 798 and EO 13627)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-17-Q-CP04/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04410760-W 20170224/170222235038-903d9e8563765c728763ee5e30aad035 (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 |