Federal Bid

Last Updated on 12 May 2008 at 6 PM
Solicitation
Location Unknown

VMEBUS SYSTEM

Solicitation ID F02604-99-Q0574
Posted Date 13 Aug 1999 at 5 AM
Archive Date 12 May 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4887 56 Cons Cc
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial items in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, number F02604-99-Q0574 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This acquisition is unrestricted; SIC: 5054, No. of employees: 100. Contract Line Item(s): CLIN 0001: 1 Each - VMEbus System consisting of: one each ELMA 12V0916-RV21J12-P750 chassis, 21-slot J1J2 backplane with automatic daisy chain, 750 watt power supply, bottom front to top rear air flow with cooling fans under card cage, front accessible 21-slot 6U160 card cage, front accessible power switch, rear power entry and I/O panel, 19 inch rack mount, overall size: 19"W x 15.75"Tx19.00"D, one each ELMA 70-202-26 peripheral chassis, 19 inch rack mount: overall size: 19"Wx7"Tx19"D, 220 watt power supply, provisions for mounting eight 5.25 inch peripherals (vertical), lockable front door, temperature controlled fans with overheat alarm, two each Motorola MVMEMVME2604-2131 CPU boards, two each VxWorks run time licenses (one per CPU), two each ACT/Technico TVME712S-ET Motorola compatible transition modules with: four serial ports via RJ connectors, one SCSI port via Centronics type connector, one 10 Base T Ethernet transceiver with RJ connector and indicators, one parallel port header, P2 paddle board, ribbon cable(s), one per CPU, four each Motorola PMCSPAN boards (two per CPU), dual PMC carrier board to expand PMC mounting capacity of MVME2604-2131, ten each Peritek XFX-M PMC modules, two per PMCSPAN, one per CPU, ten each Peritek MVK 3/1 I/O cable, one per PMC, two each SCSI 32x CD-ROM, installed in peripheral chassis one per CPU, two each SCSI ZIP drive, installed in peripheral chassis one per CPU, three VMIC VMIVME-1128-000 128 bit high voltage differential input card w/BIT, three VMIC VMIVME-2127-A00 128 bit high voltage digital output card w/BIT, SCSI cables from transition modules to peripheral chassis, SCSI cables and termination (A/R) within peripheral chassis, nine expansion slots in VME chassis, ActTechnico P/N TVS-LAFB-61203A2 or equal; CLIN 0002: 1 Each - Peritek "GLP" Graphics Library Package (site license) or equal; CLIN 0003: 1 Each - Wind River System Tornado development environment or equal; CLIN 0004: 1 each - One year maintenance for the Wind River System or equal; CLIN 0005: 1 Each - High performance VMEbus J1J2 extender card with DIP switches to open/close each of 96 lines on both J1 and J2 connectors, with high and low frequency decoupling capacitors between +5 and GND, +12 and GND, -12 and GND, ActTechnico P/N VMEXB12D or equal, CLIN 0006: 1 each - freight charges for FOB Origin, not applicable if quoting FOB Destination). Required delivery: 12 weeks. FOB: Destination, Luke AFB AZ, or Origin, (Note, if quoting FOB origin include the FOB point and shipping charges). Note: no partial deliveries will be accepted, offeror must be able to supply complete order. Basis of award: award will be made to the lowest priced offeror best demonstrating their ability to satisfy the technical capabilities of the item specified to include shipping charges if quoting FOB origin. All prices shall include all Federal, State and local taxes. The following FAR and DFARS provisions and clause(s) applies to this solicitation. FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order--Commercial Items with addenda incorporating FAR clause(s) 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.211-6, Brand Name or Equal; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive orders applicable to Defense Acquisitions of Commercial Items with addenda incorporating DFARS clauses 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.204-7004 Required Central Contractor Registration (MAR 1998) (DFARS 204.7304). Offers shall be submitted in writing and received no later than 4:30 PM local time, 31 Aug 99. Arizona does not observe daylight savings time. Direct any questions or concerns to Ms Carol Cherapan at (623) 856-7179, ext 237. All offers may either be mailed to 56th Contracting Squadron/LGCS, Attn: Carol Cherapan, 14100 W Eagle St, Luke AFB, AZ 85309-1217; faxed to (623) 856-3057; or e-mailed to: [email protected] .
Bid Protests Not Available

Similar Past Bids

Dahlgren Virginia 07 Feb 2002 at 5 AM
Mechanicsburg Pennsylvania 11 Sep 2017 at 4 PM
San diego California 29 Apr 2019 at 2 PM
Corona California 02 Sep 2016 at 1 AM
San diego California 04 Sep 2003 at 5 AM

Similar Opportunities

Mississippi 15 Jul 2025 at 5 PM
Laughlin air force base Texas 15 Jul 2025 at 9 PM
Falls church Virginia 11 Jul 2025 at 10 PM