SOLICITATION NOTICE
66 -- ACTEL FIELD PROGRAMMABLE GATE ARRAY
- Notice Date
- 10/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ08220962Q
- Response Due
- 10/17/2007
- Archive Date
- 10/5/2008
- Point of Contact
- Julie K. Karr, Contracting Officer, Phone 281-483-9782, Fax 281-244-0995, Email julie.k.karr@nasa.gov
- E-Mail Address
-
Email your questions to Julie K. Karr
(julie.k.karr@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a quantity of 4 Actel (or equal) Radhard Field Programmable Gate Arrays (FPGAs). The Low Impact Docking System, (LIDS) requires the use of FPGAs for the development of the electronics systems. The FPGAs must: 1. Have total ionizing dose at least to 300krad 2. Capacity of at least 1,000,000 equivalent system gates 3. Be rated as a QML-V level part for space flight 4. Single Event Latchup (SEL) of at least 75 MeV-cm2/mg The provisions and clauses in the RFQ are those in effect through FAC 05-20. The NAICS Code and the small business size standard for this procurement are 423690 and 100 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Johnson Space Center, 2101 NASA Parkway, Bldg. 421, Houston, TX 77058-3696 is required within 26 Weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:30 pm local time on October 17, 2007 to julie.k.karr@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEPT 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7 52.222-3 52.222-19 52.222-21 52.222-26 52.222-36 52.225-1 52.232-34 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to julie.k.karr@nasa.gov not later than October 11, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#127311
- Record
- SN01429768-W 20071007/071006061732 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |