Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOLICITATION NOTICE

66 -- VXS BOARD DATA LINK SUBCOMPONENT OF CTS

Notice Date
5/8/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09ZCH017Q
 
Response Due
5/27/2009
 
Archive Date
5/8/2010
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489
 
E-Mail Address
Marilyn D. Stolz
(Marilyn.D.Stolz@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small business. If you are viewing this solicitationon the fedbizops website, you must check the NASA Business website for amendments,attachments and forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22It is the offerors responsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. GENERAL SPECIFICATION VXS BOARD DATA-LINK SUBCOMPONENT OF CTSThe Contractor shall furnish one (1) VXS Board Data-Link Subcomponent of CTS withdelivery to NASA GRC. The VXS shall be delivered within fourteen (14) weeks aftercontract award. SPECIFICATIONS The supplied single VXS board SHALL meet the following requirements: Single 6U VXS card P0 configured (ports A and B) for use with Serial RapidIO (VITA 41.2) Provide a general computing platform of the PowerPC family/architecture Provide Xilinx Virtex-5 LXT family FPGA(s) for all user defined applications Provide at least one XMC expansion site- Follow the VITA 42.0 specification for XMC Provide two or more Gigabit Ethernet connections - at least one of which is accessible via the front panel Processing Requirements- Provide sufficient computational power to handle multiple data streams in addition toother administrative functions and tasks.- Provide DUART support- Provide programmable interrupt controller (PIC)- Serial RapidIO (VITA 41.2) interface to FPGA(s) and VXS backplane- A minimum of 64 MB of non-volatile memory that can be used to load boot software- Software support for Linux or BSD (for the processor)- Provide high-speed interface to the XMC mezzanine(s) Virtex-5 LXT Requirements- Provide a minimum of 48K slices of logic resources in one or two FPGA devices- Provide a minimum of 300K logic cells in one or two FPGA devices- Support for multiple DSP Slices- NOTE Requirements are for user defined FPGA(s). FPGA resources used primarily by the manufacturer for board control and operations are not applicable to these counts (user loadable cores are OK) SDRAM Memory Requirements- Provide a minimum of 1GB of memory directly accessible to the FPGA(s)- Provide a minimum of 512MB of memory directly accessible to the on-board processor Provide at least 8 lines of user definable I/O directly to the FPGA device(s) Obtain all power from the VXS backplane Does not draw power beyond the VITA specifications Maintain a nominal operating temperature range when the board is air-cooled Provide necessary Rear Transition Modules (RTM) Provide software support for Linux or BSD Provide any necessary IP cores to allow the FPGA(s) to interface with other devices on the board Provide documentation that provides full detail on board components including device interfaces, data flow, architecture, control, memory structure, electrical connectors,jumpers, switches, LEDs, and pin outs. Delivery within fourteen (14) weeksDELIVERY SCHEDULE AND FOB POINTDelivery to NASA Glenn Research Center is required within fourteen (14) weeks from dateof contract. Delivery shall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONSNote for those whose NORMAL business practice is to require advance payments: FAR limitsadvance payments for commercial items to not greater than 15 percent of the total pricefor the item. If you require payment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.The provisions and clauses in the RFQ are those in effect through FAC 05-32.The NAIC code is 334418 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 pm, Wednesday May 27, 2009 GRClocal time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS500-319, Cleveland, OH 44135, and include on the envelope the solicitation number.Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offersARE acceptable. A copy of a published price list, catalog price or computer page printout showing theprice for Items VXS Board may also be included if desired. (Note, the Contracting Officermay request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ orhttp://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business PartnerNetwork (BPN) Online Representations and Certifications Application (ORCA) website athttp://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Mar 2009) is applicable. 2.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrdersCommercial Items.As prescribed in 12.301(b)(4), insert the following clause:CONTRACT TERMS AND CONDITIONS REQUIRED TOIMPLEMENT STATUTES OR EXECUTIVEORDERSCOMMERCIAL ITEMS (MAR 2009)(a) The Contractor shall comply with the following FederalAcquisition Regulation(FAR) clauses, which are incorporated in this contract by reference, to implementprovisions of law or Executive orders applicable to acquisitions of commercial items:52.222-50, Combating Trafficking in Persons(FEB 2009) (22 U.S.C. 7104(g)).___Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).52.233-3, Protest After Award (AUG 1996)(31 U.S.C. 3553).52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems:52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15U.S.C.632(a)(2)).52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).52.222-19, Child LaborCooperation with Authorities and Remedies (FEB 2008) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).52.225-1, Buy American ActSupplies (FEB 2009) (41 U.S.C. 10a-10d).52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury).52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmSELECTIONEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Selection and award will be made to thatofferor whose offer will be the most advantageous to the Government; with considerationgiven to the factors of technical capability of the item(s) offered to meet thespecifications, price, past performance and the following best value requirements (Note:best value requirements are not mandatory but represent items of value to the Governmentthat will be considered in making the final award decision. The following four bestvalue features are ranked in order of relative importance and desirability. All areconsidered advantageous, with #1 as the most advantageous, #2 as the second mostadvantageous, #3 as the third most advantageous, and #4 as the fourth most advantageous):1) Board containing two XMC expansion sites.2) Board architecture permits a high-speed interface between the FPGA(s) and the XMCmezzanines.3) Delivery within 7 weeks of contract award. 4) Any additional SDRAM memory capacity for the FPGA(s) or on-board processor.Selection and award will be made on an aggregate basis. The awardee is required to havea technically acceptable offer and have acceptable past performance. Technicalacceptability will be determined by a review of the information submitted by the offerorproviding a description in sufficient detail to show that the product offered meets theGovernment's requirement (see SPECIFICATIONS above). It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical, past performance and best value, when combined, are approximately equallyimportant to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) MISCELLANEOUSQuestions regarding this acquisition must be submitted via email to Marilyn Stolz atMarilyn.D.Stolz@nasa.gov no later than 4:30 PM, May 15, 2009. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09ZCH017Q/listing.html)
 
Record
SN01812800-F 20090510/090509165744 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.