Curtis-Wright Vpx Single Board Computer, Ethernet And Assoc Modules Tender, USA - 8330379

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.

Expired Tender

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 details

Tender 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

 Tender Notice


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

Explore Procurement Documents for USA


Want To Bid in This Tender?

Get Local Agent Support in USA and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?