Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOLICITATION NOTICE

66 -- FIELD PROGRAMMABLE GATE ARRAY BOARD

Notice Date
3/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15544018Q
 
Response Due
4/8/2015
 
Archive Date
3/25/2016
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
 
E-Mail Address
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 Quotation (RFQ) for 2 each of a Field Programmable Gate Array Board Model Number: ADA-VPX3-6T1-LX550T-2/2CCE, Part Description: Virtex-6 FPGA Board 3U VPX, Conduction Cooled, or equal; 2 each of a Model Number: ADC-VPX3-XMC-RTM, Part Description: Rear Transition Module for FPGA Board, or equal; 2 each of a Model Number: XRM2-FCN, Part Description: Front Panel Adapter with RocketIO via FCN Connector, or equal; and 2 each of a Model Number: AD-JTAG-6T1, Part Description: Adapter Card AD01237-1, or equal in accordance with the following specifications: Mechanical Specifications: Each FPGA board SHALL abide by the following constraints: 3U VPX Conduction Cooled 1 inch pitch Operating Temperature: 0 to 70C Humidity: up to 95%, non-condensing Electrical Specifications: Each FPGA board SHALL abide by the following constraints: Xilinx Virtex-6-LX550T, FPGA (level 2 speed) PCIe Generation 2 x4 Fat Pipe Host Interface PCI express Generation2 link to separate bridge. 4 DMA controllers The Memory SHALL be the following: - DDR3 SDRAM: Four (4) of 512 Mbytes per bank 2 GBytes total for the board - Flash Configuration flash The Front I/O SHALL have the following: - 146 LVCMOS/LDVS I/O - Programmable signaling levels of 1.5V, 1.8V, or 2.5V 8 High speed serial links The Rear I/O SHALL have the following on P1: - One (1) PCIe data plane - Two (2) expansion planes - Two (2) 100Base-BX control planes - Eight (8) GPIO The Rear I/O SHALL have the following on P2: -Sixty-four (64) I/O Compliant with VITA The Clocks SHALL have the following: - 250MHz reference clock with low jitter - 200 MHz reference clock for IOB - Custom clock input capability. Device configuration capability SHALL be the following: - PCI express direct to SelectMAP port - From flash direct on power up. - External JTAG connector Linux driver support Support RTM module with the following: - Two 10/100/1000BASE-T Ethernet Ports - RS-232 Ports Support for Front End connector: - Octal high speed serial links via FCN connector - Supplied with sample UCF and HDL files - Operating temperature 0 to 55C The provisions and clauses in the RFQ are those in effect through FAC 2005-80. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334111/1000 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/Glenn Research Center, 21000 Brookpark Road is required within 12 weeks ARO. Offers for the items(s) described above are due by 4:00 pm April 7, 2015 to NASA/Glenn Research Center, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road Cleveland, OH 44135 and must include, solicitation number, 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 shall provide the information required by FAR 52.212-1 (JUL 2013), 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 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204.10, 52.209-6, 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232.33 The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Nancy Shumaker not later than April 7, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as Delivery shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15544018Q/listing.html)
 
Record
SN03678876-W 20150327/150325235348-3df6d1cb44ed2ef450ca82056a14d3b4 (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.