Federal Bid

Last Updated on 28 Oct 2020 at 1 PM
Sources Sought
Lakehurst New jersey

NAWC WOLF Computer Servers

Solicitation ID N6833521RFI0048
Posted Date 28 Oct 2020 at 1 PM
Archive Date 17 Nov 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navair Warfare Ctr Aircraft Div Lke
Agency Department Of Defense
Location Lakehurst New jersey United states 08733

Request for Information (RFI)

Computer Servers

Airborne Systems Integration (ASI) Division

Naval Air Warfare Center Aircraft Division - Webster Outlying Field (NAWCAD WOLF)

______________________________________________________________________________

 

RFI Number: N68335-21-RFI-0048

Product and Service Code: 7025 - Information Technology Input/Output and Storage Devices

NAICS Code: 334111 - Electronic Computer Manufacturing

REQUEST FOR INFORMATION

PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.

 

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

NAWCAD WOLF is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) computer servers to match the exact form, fit, and function of the current model SZC91x server provided by General Micro Systems, Inc., which are no longer in production.  The Government is seeking the technological advances in server capabilities that would have occurred since the prior model was first introduced.

RESPONSES

Requested Information

Section 1 of the response shall provide administrative information, and shall include the following as a minimum:

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.

  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).

Section 2 of the response shall provide technical information, and shall include the following as a minimum:

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Responses that include information detailing potential tradeoffs or alternative solutions is encouraged.

  • Respondents should provide a detailed description of the following characteristics of their solution in their submission:

  1. Size/Dimensions in inches
  2. Weight in pounds
  3. Input Voltage
  4. Amperage
  5. Operating Temperature Range
  6. Non-operating Temperature Range
  7. Humidity Range
  8. Compliance with the following standards:
    1. Power: MIL-STD-1275
    2. Shock: MIL-STD-810G
    3. Vibration: MIL-STD-810G
    4. Operational Altitude: MIL-STD-810G
    5. Electromagnetic Interference Certification: RES Class A EN61326
  9. CPU Make and Model
  10. Memory
  11. SSD
  12. RSSD Interface
  13. Video
  14. SAMIO
  15. Total quantity of units sold to date
  16. Date of delivery of the first unit
  17. Date of delivery of most recent unit
  18. Basic and extended warranty information

  • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DOJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.
     
  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
     
  • Respondents should include a list of authorized distributors.
     

ADDITIONAL INFORMATION

In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.

Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on Beta.SAM website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to [email protected]. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 02 November 2020 at 11:00 A.M EST.

Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the System Award for Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Bid Protests Not Available

Similar Past Bids

Saint inigoes Maryland 04 Feb 2021 at 8 PM
Lakehurst New jersey 20 Apr 2020 at 2 PM
Lakehurst New jersey 13 Nov 2019 at 1 PM
Lakehurst New jersey 11 Mar 2020 at 12 PM
Lakehurst New jersey 19 Jun 2020 at 2 PM

Similar Opportunities

Location Unknown 15 Jul 2025 at 4 AM
Lakehurst New jersey 10 Jul 2025 at 8 PM
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM