The RFP Database
New business relationships start here

iHawk Maintenance Renewal


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-19-Q-7137.

Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase iHawk Real-Time Simulation Hardware and Software maintenance renewals along with RedHawk and NightStar Software Tools maintenance renewals on a Firm Fixed Price, Sole Source basis from Concurrent Real-Time as follows:


  




CLIN #



Description



Quantity





0001



NightStar Software Maintenance, Includes:

-Model #: WU 1220-LDV2: NightStar Tools, Node Locked, One User, 2 CPUs, Amount: 1



1 year





0002



iHawk Hardware & Software Maintenance, Includes:

-Model # HQ000-2R30P-13Y30: iHawk System, Amount: 1

-Model #:WL1900-L:RedHawk 5.4 High-Performance Math Package, Amount:1 -Model #: WU1200-LDVF-U:NightStar Node-Locked to Floating upgrade1 user, Amount: 1



1 year





0003



iHawk Hardware & Software Maintenance, Includes:

-Model #: HQ000-2R32Q-10825: iHawk System, Amount: 2

-Model #:WL1900-L:RedHawk 5.4 High-Performance Math Package, Amount:4

-Model #: WU1200-LDVF: NightStar Tools Floating One User,  Amount: 2



1 year





0004



iHawk Hardware & Software Maintenance, Includes:    

-Model #: HQ000-2R33M-12850: iHawk System, Amount: 1

-Model #: HQ000-2R34M-13V50: iHawk System, Amount: 1



1 year





0005



iHawk Hardware & Software Maintenance Includes:

-Model #: HQ000-2R33M-1A850: iHawk System, Amount: 1



1 year





0006



iHawk FibreXtreme SL240 PCIe Hardware & Software Maintenance, Includes:

-Model #: 730-RIQ11177-047: FibreXtreme SL204 PCIe, Amount: 1

-Model #: 730-RIQ11177-033: SL240 RedHawk 6.3/64 Driver, Amount: 1

-Model #: WA9086-J: RedHawk Linux, Amount: 2



1 year





0007



iHawk Single Board Computer Hardware & Software Maintenance, Includes:

-Model #: CM4484A: Real-Time Clock & Interrupt Module, Amount: 1

-Model #: RIQ11632-041: iHawk VME CPU Card, Amount: 2

-Model #: W-RHA-64: Architect for iHawk w/RedHawk Cent OS 64-bit, Amount: 1

-Model #: WA9017-L: RedHawk 5.4 Cluster Manager, Amount: 1

-Model #: WU1221-LDV: NightStar Tools, Additional User, Amount: 2

-Model #: WA9086-J: RedHawk Linux, Amount: 3



1 year





0008



RedHawk OpenFabrics Enterprise Distribution Software Maintenance, Includes:

-Model #:WA9020-L:RedHawk OpenFabrics Enterprise Distribution, Amount: 1

-Model #: WA9086-J: RedHawk Linux, Amount: 1



1 year





0009



RedHawk Software Maintenance, Includes:

-Model #: W-RHA-64: Architect for iHawk w/Redhawk Cent OS 64-bit, Amount: 1

-Model #:WA9020-L:RedHawk OpenFabrics Enterprise Distribution, Amount: 8

-Model #: WU1200-LDVF: NightStar Tools, Floating, One User, Amount: 1

-Model #: WU1221-LDV: NightStar Tools, Additional User, Amount: 5

-Model #: WA9086-J: RedHawk Linux, Amount: 8



1 year





0010



RedHawk Software Maintenance, Includes:

-Model #: 730-RIQ11596-031: RedHawk 6.0/64 Alpha-Data ADB3 kernel device Driver, Amount: 6

-Model #: WA9086-J: RedHawk Linux, Amount: 6

-Model #: W-RHA-64: Architect for iHawk w/RedHawk Cent OS 64-bit, Amount: 1

-Model #:WA9020-L:RedHawk OpenFabrics Enterprise Distribution, Amount: 6



1 year





0011



RedHawk Software Maintenance, Includes:

-Model #: 730-RIQ11596-031: RedHawk 6.0/64 Alpha-Data ADB3 kernel device Driver, Amount: 6

-Model #: WA9086-J: RedHawk Linux, Amount: 6

-Model #: WCS-GS-16AI64SS: RedHawk Driver for CS-GS-16AI64SSx I/O card, Amount: 6

-Model #:WA9020-L:RedHawk OpenFabrics Enterprise Distribution, Amount: 6



1 year





0012



MOXA 4-Port PCIe Serial Board Hardware & Software Maintenance, Includes:

-Model #: CS-MX-CP114EL-I-25: MOXA CP-114EL-I-DB25, Amount: 1

-Model #:730-RIQ11596-031: RedHawk 6.0/64 Alpha-Data ADB3 kernel device

Driver, Amount: 1

-Model #: WC-AD3224-DS: RedHawk Linux Driver for CP-AD3224-DS A/AD Card, Amount: 1

-Model #: WCS-GS-16AI64SS: RedHawk Driver for CS-GS-16AI64SSx I/O card, Amount: 1

-Model #: WCS-GS-16AO16: RedHawk Driver for CS-GS-16AOx I/O card, Amount: 1

-Model #: WCS-GS-OPTO32A: RedHawk Driver for CS-GS-OPTO32Ax I/O card, Amount: 1

-Model #: WCS-MX-CP: RedHawk Driver for CS-MX-CPx I/O card, Amount: 1

-Model #: WU8020-64: SIM Workbench 64-bit Option, Amount: 1

-Model #: WU8020-L SIMulation Workbench Base License, Amount: 1

-Model #: WA9086-J: RedHawk Linux, Amount: 1

-Model #:WA9020-L:RedHawk OpenFabrics Enterprise Distribution, Amount: 1

-Model #: 730-RIQ11618-032: ADLINK 7230-7296, Amount: 1



1 year





0013



iHawk Single Board Computer Hardware & Software Maintenance, Includes:

-Model #: CM4484A: Real-Time Clock and Interrupt Module, Amount: 1

-Model #: RIQ11632-041: iHawk VME CPU Card,  Amount: 1



1 year





0014



RedHawk Software Maintenance, Includes:      

-Model #: W-RHL-S1: RedHawk Server Per-Target Charge, Amount: 1

-Model #: W-RHA-64: Architect for iHawk w/RedHawk Cent OS 64-bit, Amount: 3

-Model #:WA9020-L:RedHawk OpenFabrics Enterprise Distribution, Amount: 3

-Model #: WU1221-LDV: NightStar Tools, Additional User, Amount: 3



1 year








 


Concurrent Real-Time (Pompano Beach, FL, CAGE Code: 7UG01) is the only known source for the software and hardware maintenance items. Concurrent Real-Time, is the Original Equipment Manufacturer (OEM) of the iHawk Real-Time simulation computers along with the RedHawk and NightStar software tools. Therefore, the maintenance renewals for iHawk hardware and software along with RedHawk and Night Star software tools can only be obtained and renewed through Concurrent Real-Time.


This requirement is being solicited as a sole source, unrestricted requirement under North American Industry Classification System (NAICS) Code 511210, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is $41.5M.


Period of Performance: 1 October, 2019 - 30 September, 2020.


Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," 52.209-11 "Representation by Corporations Regarding Delinquent Tax, 52.204-24 "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," 52.204-25 "Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment" also apply to this solicitation. DFARS 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," 252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting," and 252.204-7015 "Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation.


This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far.


Interested persons may identify their interest and capability to respond to the requirement or submit quotes.


This notice of intent is not a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government. A determination not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Quotes received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.


If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation.


The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. Electronic and Information technology (EIT) Section 508 Compliance apply to the software maintenance renewals that are not placed within a national security system in accordance with FAR 39.203(b). Electronic and Information Technology exception apply hardware and software maintenance renewals that are within a national security system in accordance with FAR39.204(b).


Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number.


Quotes shall be submitted electronically to Dylan Griffis at Dylan.Griffis@navy.mil and must be received on or before Wednesday, September 18, 2019 at 2:00PM Eastern Standard Time (EST). Quotes received after this date are late and will not be considered for award. For questions regarding this acquisition, please contact Dylan Griffis at Dylan.Griffis@navy.mil.


Dylan A. Griffis, Contract Negotiator, Phone 4018322092, Email dylan.griffis@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP