Login
Register
Complete Your Profile
Change Password
Request a Password Reset
Download Documents
Download Documents
DEPARTMENT OF THE NAVY has floated a tender for Curtis-Wright Vpx Single Board Computer, Ethernet And Assoc Modules. The project location is USA and the tender is closing on 28 Sep 2016. The tender notice number is N66001-16-T-7373, while the TOT Ref Number is 8330379. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.
Procurement Summary
Country : USA
Summary : Curtis-Wright Vpx Single Board Computer, Ethernet And Assoc Modules
Deadline : 28 Sep 2016
Other Information
Notice Type : Tender
TOT Ref.No.: 8330379
Document Ref. No. : N66001-16-T-7373
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
This is a ssc pacific combined synopsis/solicitation for commercial items prepared in
accordance with federal acquisition regulation (far) part 12, acquisition of
commercial
items and far part 13, simplified acquisition procedures.
This announcement constitutes only the solicitation. This is a total small
business set
aside (far 52.219-6). Only quotes submitted by small business concerns will be
accepted by the government. Any quote that is submitted by a contractor that is
not a
small business will not be considered for award. Competitive quotes are being
requested
under n66001-16-t-7373. This requirement is set-aside for small businesses,
naics
code is 334118 and the size standard is 1, 000 employees.
Basis of award: the government anticipates awarding a firm-fixed price purchase
order
and it will be based on the lowest priced technically acceptable.
Quote brand name - do not substitute
please note:
1. Quotes and questions emailed directly to my email inbox will not be
considered.
2. If you need assistance with the website you must contact the spawar
helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the
closing
date.
Clin 0001
single board computer
p/n: vpx3-1257-a01aa51
3u vpx single board computer featuring intel 3rd
gen core i7 ivy bridge , 4-core @ 2.1 ghz.
System memory: 16 gb of ddr3 sdram, 8 gb of sata solid state drive
(ssd). Fedora 64-bit linux programmed into onboard nand flash
openvpx profile: mod3-pay-2f2t-16.2.5-2, 3
fabric mode a, i/o mode 1 rear p1 connector: 8-lanes pcie2, 2x 1000base-t,
4x dio, 1x sata, 1x rs-422, 1x vga rear p2 connector: xmc i/o mapped as
x24s+x8d+x12d per vita 46.9, 2x rs-232, 1x usb w/ power xmc site: pn5 with
8x pcie2. Pn6 i/o to p2. Ruggedization: air cooled level 0. 1.0" pitch, lead-
free pwb.
Note: for maximum performance, this product is configured with dual
channel memory, placed on top and bottom side of the board. As such
there is a slight xmc keepout area concern that may affect certain xmc
cards.
Consult hardware manual 829620 for more information.
Qty: 4 each
clin 0002
rear transition module
p/n: rtm3-1252-0001
rear transition module (rtm) for the bts
vpx3-1252/1256/1257 board i/o mode 1. Ideally suited for the development
phase. Supports: 2x gige, 2x eia-232, 1x eia-422, 1x sata, 1x usb, 4x
gpio, 1x rgb ruggedization: air cooled for lab use only
cbl-1252eus code no license required
qty: 4 each
clin 0003
i/o break out cable for the vpx3-1252/12
p/n: cbl-1252-0001
i/o break out cable for the vpx3-1252/1256 rtm board
i/o. Ideally suited for the development phase.
Supports common i/o for all vpx3-1252 i/o modes
ruggedization: air cooled level 0.
Cable is required for rtm i/o
eus code no license required
qty: 4 each
clin 0004
17-port ethernet switch with 16-ports 10
p/n: vpx3-652-a04116
3u vpx ethernet switch
17-port ethernet switch with 16-ports 10/100/1000base-t to backplane,
1-port 10/100/1000base-t to front panel.
L2 features include vlans, qos, multicast, rstp/mstp, la, port
mirroring, static routing management via cli, http/web and snmp, ieee-
1588/ptp support openvpx profile mod3-swh-16t air-cooled l0
ruggedization, 0.8" pitch with 1.0" front panel eus code can
qty: 4 each
clin 0005
12 ports 10/100/1000mbase-t to rj45con
p/n: rtm3-652-0020
rear transition module (rtm) for the 652 product.
Ideally q2 2014 suited for the development phase.
Breaks out the i/o for the vpx3-652: 12-ports 10/100/1000mbase-t to rj45
connectors, 2-ports 10gbe xaui or 8-ports 1000base-bx to cx4, rs-232
debug on rj45. Air-cooled for lab use.
Includes one rj45 to db9 serial cable adapter (1m length).
Eus code no license required
qty: 4 each
clin 0006
front panel serial port cable
p/n: cbl-652-fpl-000
front panel serial port cable for vpx3-652. Approx
1 meter length. Male micro-db9 to the 652 and female db9 for rs-232 port
on the other end.
For use with ac modules only. Lab use only.
Eus code no license required
qty: 4 each
clin 0007
17-port ethernet switch with 16-ports 10
p/n: vpx3-652-a04116
3u vpx ethernet switch
17-port ethernet switch with 16-ports 10/100/1000base-t to backplane,
1-port 10/100/1000base-t to front panel.
L2 features include vlans, qos, multicast, rstp/mstp, la, port
mirroring, static routing management via cli, http/web and snmp, ieee-
1588/ptp support openvpx profile mod3-swh-16t air-cooled l0
ruggedization, 0.8" pitch with 1.0" front panel eus code can
qty: 4 each
clin 0008
rear transition module
p/n: rtm3-652-0020
rear transition module (rtm) for the 652 product.
Ideally q2 2014 suited for the development phase.
Breaks out the i/o for the vpx3-652: 12-ports 10/100/1000mbase-t to rj45
connectors, 2-ports 10gbe xaui or 8-ports 1000base-bx to cx4, rs-232
debug on rj45. Air-cooled for lab use.
Includes one rj45 to db9 serial cable adapter (1m length).
Eus code no license required
qty: 4 each
clin 0009
front panel serial port cable
p/n: cbl-652-fpl-000
front panel serial port cable for vpx3-652. Approx
1 meter length. Male micro-db9 to the 652 and female db9 for rs-232 port
on the other end. For use with ac modules only. Lab use only.
Eus code no license required
qty: 4 each
clin 0010
intel atom e3845 quad-core processor
p/n: xmc-120-a0140
intel atom e3845 quad-core processor @ 1.91 ghz,
fedora linux, 8gb dram with ecc, 32gb nand flash
pn5 has no pcie connections
pn6 mapping i/o mode 0 with the following signals available per vita
46.9: x8d+x12d: 4x gbe base-t, 1x sata, 2x usb (no power)
x24s+x8d+x12d: 4x gbe base-t, 1x rs-232, 1x vga, 1x sata, 2x usb with
power, 2x discrete io x38s+x8d+x12d: 4x gbe base-t, 1x rs-232, 1x rs-
232/422, 1x vga, 1x sata, 2x usb with power, 4x discrete io ruggedization:
air cooled level 0, lead-free pwb. Rohs compliant.
Qty: 2 each
clin 0011
rtm interface module
p/n: rim-120-0001
rtm interface module ?? for use with xmc-120 mezzanine
bts module. Can be used on all rtms with vita 61 rim connectors,
including rtm3-131, rtm3-716, rtm6-1958/9, rtm6-195, rtm3-125x. Rim
supports the following connectors, with usage dependent on xmc-120 s
i/o mode: 2x ethernet on rj45, 2x usb on type a receptacles, 1x sata, 2x
serial rs232, 8x dio 1x dms-59 supporting vga+2xethernet or vga+2xdvi
(breakout cable required)
includes 1x cbl-120-001 to break out serial header to 2x db9.
Other recommended breakout cables are dependent on xmc-120 i/o mode:
cbl-120-002: for xmc-120 i/o mode 0, breaks out dms-59 to vga + 2x
ethernet rj45 cbl-120-003: for xmc-120 i/o mode 1 thru 6, breaks out dms-59
to dual dvi or dvi + vga when installed on the rtm, the rim-120 will
protrude into the adjoining slot. Lead-free pwb. The item described is
under development by curtiss-wright defense solutions (cwds). An order
for these items will be entered into our erp system upon receipt of a
purchase order and a planned delivery date will be provided via a cwds
order acknowledgement. Due to the nature of development programs
schedule and/or technical specification changes may occur.
Qty: 2 each
note : iuid labels are required on all equipment with a unit cost of $5000 or
more per
dfars 252-211-7003, item unique identification & valuation. If there is a cost
for the
iuid label, please list it as a separate line item.
To be considered for award, the offeror certifies that the product(s) being
offered is an
original, new and trade agreements act (taa) compliant product, and that the
subject
products are eligible for all manufacturer warranties and other ancillary
services or
options provided by the manufacturer. Offeror further certifies that it is
authorized by the
manufacturer to sell the products that are the subject of this action in the us
(i.e., that
the products are taa compliant and that the offeror is authorized to sell them
in the us).
Offerors are required to submit documentation with the offer identifying its
supply chain
for the product, and certifying that all products are new, taa compliant, and
in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of
the non-compliant awarded items if, upon inspection after delivery, any
products
provided are not recognized or acknowledged by the manufacturer as new and
original
products that are eligible for warranties and all other ancillary services or
options
provided by the manufacturer or that offeror was not authorized by the
manufacturer to
sell the product in the us, or that the product is in some manner not taa
compliant. "
note: "vendor must provide at time of submission of quote their authorized
cisco
distributor information (poc, phone number) and/or any documentation supporting
that
the items are actually coming from that distributor, i.e. Certification, letter
or copy of
invoice. Failure to provide such proof will be treated as non-responsive and
your quote(s)
will not be considered for award."
vendors: make sure to reference the following information in the quote:
a. Dun & bradstreet number
b. Cage code
c. Business size/ naics code:
d. Rfq number n66001-16-t-7373
e. Requested delivery date: 30 days after receipt of order (aro)
f. Preferred method of shipment: fob destination.
Ship to address:
spawarsyscenpacific
receiving
53560 hull street
san diego, ca 92152
this solicitation document incorporates provisions and clauses in effect
through
federal acquisition circular 2005-81 (08/03/2015) and defense federal
acquisition regulation supplement (dfars), june 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, security requirements
52.204-6, data universal numbering system (duns)
52.209-6, protecting the government s interest when subcontracting with
contractors
debarred, suspended, or proposed for debarment
52.212-1, instructions to offerors ? commercial items
52.212-2, evaluation ? commercial items
52.212-3, offeror representations and certifications - commercial items
52.212-4, contract terms and conditions - commercial items
52.212-5-contract terms and conditions required to implement statutes or
executive
orders ? commercial items
52.212-5, contract terms and conditions required to implement statutes or
executive
orders?commercial items (deviation 2013-o0019) (july 2014)
52.219-6, notice of total small business set-aside
52.219-28, post-award small business program representation
52.222-3, convict labor
52.222-19, child labor?cooperation with authorities and remedies
52.222-21, prohibition of segregated facilities
52.222-26, equal opportunity
52.222-36, affirmative action for workers with disabilities (oct 2010) (29
u.s.c. 793).
52.222-50, combating trafficking in persons (22 u.s.c. 7104(g))
52.223-15, energy efficiency in energy-consuming products
52.223-16, acquisition of epeat-registered personal computer products
52.223-18, encouraging contractor policies to ban text messaging while driving
52.225-13, restrictions on certain foreign purchases
52.232-33, payment by electronic funds transfer?system for award management
52.233-3, protest after award
52.233-4, applicable law for breach of contract claim
52.239-1, privacy or security safeguards
252.203-7000, requirements relating to compensation of former dod officials
252.203-7005, representation relating to compensation of former dod officials
252.204-7000, disclosure of information
252.204-7004 alternate a, system for award management
252.204-7012, safeguarding of unclassified controlled technical information
252.209-7998, representation regarding conviction of a felony criminal
violation under
any federal or state law.
252.209-7999, representation by corporations regarding an unpaid delinquent tax
liability or a felony conviction under any federal law
252.212-7000, offeror representations and certifications--commercial items
252.225-7001, buy american and balance of payments program
252.232-7003, electronic submission of payment requests and receiving reports
252.232-7006, wide area workflow payment instructions
252.203-7998 - prohibition on contracting with entities that require certain
internal
confidentiality agreements? representation. (deviation 2015-o0010)
prohibition on contracting with entities that require certain internal
confidentiality agreements? representation (deviation 2015-o0010)
(feb 2015) (a) in accordance with section 743 of division e, title viii, of the
consolidated and further continuing resolution appropriations act, 2015 (pub.
L. 113-
235), government agencies are not permitted to use funds appropriated (or
otherwise
made available) under that or any other act for contracts with an entity that
requires
employees or subcontractors of such entity seeking to report fraud, waste, or
abuse to
sign internal confidentiality agreements or statements prohibiting or otherwise
restricting
such employees or contactors from lawfully reporting such waste, fraud, or
abuse to a
designated investigative or law enforcement representative of a federal
department or
agency authorized to receive such information.
(b) the prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to standard form 312, form 4414, or any other form issued by a
federal
department or agency governing the nondisclosure of classified information.
(c) representation. By submission of its offer, the offeror represents that it
does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a federal department or agency authorized to receive such
information.
(end of provision)
this rfq closes september 29th, 2016 at 11:00 am, pacific standard time (pst).
Quotes
must be uploaded on the spawar e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under ssc pacific/simplified
acquisitions/n66001-16-t-7373.
The point of contact for this solicitation is sylvia paguio at
sylvia.paguio@navy.mil. Please include rfq n66001-16-t-7373 on all
inquiries.
All responding vendors must have a completed registration in the system for
award management (sam) program prior to award of contract. Information to
register in sam can be found at: https://www.sam.gov/portal/public/sam/.
Complete sam registration means a registered duns and cage code
numbers.
59 -- electrical and electronic equipment components
naics code:
334 -- computer and electronic product manufacturing/334118 -- computer terminal and other computer peripheral equipment manufacturing
d. Rfq number n66001-16-t-7373
e. Requested delivery date: 30 days after receipt of order (aro)
f. Preferred method of shipment: fob destination.
Ship to address:
spawarsyscenpacific
receiving
53560 hull street
san diego, ca 92152
this solicitation document incorporates provisions and clauses in effect
through
federal acquisition circular 2005-81 (08/03/2015) and defense federal
acquisition regulation supplement (dfars), june 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, security requirements
52.204-6, data universal numbering system (duns)
52.209-6, protecting the government s interest when subcontracting with
contractors
debarred, suspended, or proposed for debarment
52.212-1, instructions to offerors ? commercial items
52.212-2, evaluation ? commercial items
52.212-3, offeror representations and certifications - commercial items
52.212-4, contract terms and conditions - commercial items
52.212-5-contract terms and conditions required to implement statutes or
executive
orders ? commercial items
52.212-5, contract terms and conditions required to implement statutes or
executive
orders?commercial items (deviation 2013-o0019) (july 2014)
52.219-6, notice of total small business set-aside
52.219-28, post-award small business program representation
52.222-3, convict labor
52.222-19, child labor?cooperation with authorities and remedies
52.222-21, prohibition of segregated facilities
52.222-26, equal opportunity
52.222-36, affirmative action for workers with disabilities (oct 2010) (29
u.s.c. 793).
52.222-50, combating trafficking in persons (22 u.s.c. 7104(g))
52.223-15, energy efficiency in energy-consuming products
52.223-16, acquisition of epeat-registered personal computer products
52.223-18, encouraging contractor policies to ban text messaging while driving
52.225-13, restrictions on certain foreign purchases
52.232-33, payment by electronic funds transfer?system for award management
52.233-3, protest after award
52.233-4, applicable law for breach of contract claim
52.239-1, privacy or security safeguards
252.203-7000, requirements relating to compensation of former dod officials
252.203-7005, representation relating to compensation of former dod officials
252.204-7000, disclosure of information
252.204-7004 alternate a, system for award management
252.204-7012, safeguarding of unclassified controlled technical information
252.209-7998, representation regarding conviction of a felony criminal
violation under
any federal or state law.
252.209-7999, representation by corporations regarding an unpaid delinquent tax
liability or a felony conviction under any federal law
252.212-7000, offeror representations and certifications--commercial items
252.225-7001, buy american and balance of payments program
252.232-7003, electronic submission of payment requests and receiving reports
252.232-7006, wide area workflow payment instructions
252.203-7998 - prohibition on contracting with entities that require certain
internal
confidentiality agreements? representation. (deviation 2015-o0010)
prohibition on contracting with entities that require certain internal
confidentiality agreements? representation (deviation 2015-o0010)
(feb 2015) (a) in accordance with section 743 of division e, title viii, of the
consolidated and further continuing resolution appropriations act, 2015 (pub.
L. 113-
235), government agencies are not permitted to use funds appropriated (or
otherwise
made available) under that or any other act for contracts with an entity that
requires
employees or subcontractors of such entity seeking to report fraud, waste, or
abuse to
sign internal confidentiality agreements or statements prohibiting or otherwise
restricting
such employees or contactors from lawfully reporting such waste, fraud, or
abuse to a
designated investigative or law enforcement representative of a federal
department or
agency authorized to receive such information.
(b) the prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to standard form 312, form 4414, or any other form issued by a
federal
department or agency governing the nondisclosure of classified information.
(c) representation. By submission of its offer, the offeror represents that it
does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a federal department or agency authorized to receive such
information.
(end of provision)
this rfq closes september 29th, 2016 at 11:00 am, pacific standard time (pst).
Quotes
must be uploaded on the spawar e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under ssc pacific/simplified
acquisitions/n66001-16-t-7373.
The point of contact for this solicitation is sylvia paguio at
sylvia.paguio@navy.mil. Please include rfq n66001-16-t-7373 on all
inquiries.
All responding vendors must have a completed registration in the system for
award management (sam) program prior to award of contract. Information to
register in sam can be found at: https://www.sam.gov/portal/public/sam/.
Complete sam registration means a registered duns and cage code
numbers. Additional info:
updates to this procurement and all associated documents will be made available on the spawar e-commerce central website, which is accessible by clicking this link.
Contracting office address:
53560 hull street bldg a33 rm 1602w, san diego ca 92152-5001
point of contact(s):
point of contact - sylvia paguio, contract specialist, 619.553.6415; cindy j ledesma, contracting officer, 619-553-9311
contract specialist
general information
notice type:
combined synopsis/solicitation
posted date:
september 22, 2016
response date:
september 28, 2016
archiving policy:
automatic, on specified date
archive date:
october 28, 2016
original set aside:
n/a
set aside:
total small business
classification code:
59 -- electrical and electronic equipment components
naics code:
334 -- computer and electronic product manufacturing/334118 -- computer terminal and other computer peripheral equipment manufacturing
for help: federal service deskaccessibility
added: sep 22, 2016 4:02 pm
Documents
Procurement Documents for USA
Access a comprehensive library of standard procurement documents specific to USA. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in USA
Want To Bid in This Tender?
Get Local Agent Support in USA and 60 More Countries.
View Tenders By