Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

A -- SINGLE BOARD COMPUTER WITH LINUX BOARD SUPPORT PACKAGE

Notice Date
5/7/2015
 
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
NNC15544253Q
 
Response Due
5/19/2015
 
Archive Date
5/7/2016
 
Point of Contact
Sandra L Gerlach, Buyer, Phone 216-433-3764, Fax 216-433-5489, Email Sandra.L.Gerlach@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Sandra L Gerlach
(Sandra.L.Gerlach@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 Quotations (RFQ) for a Single Board Computer with a Linux Board Support Package. Minimum Technical Specifications Mechanical Specifications: 1.The SBC SHALL abide by the following constraints: 3U VPX-REDI Conduction-Cooled form factor 1 inch pitch with solder-side cover Operating Temperature: -40 to +85C (Board Rail Surface) Vibration: 0.1 g2/Hz (maximum), 5 to 2000 Hz Shock: 40 g, 11 ms sawtooth Humidity: 0% to 95% non-condensing 2.The RTM SHALL abide by the following constraints: 3U VPX RTM (VITA 46.10) form factor Dimensions: 100 mm x 85.5 mm 1 in. pitch Operating Temperature: 0 - +55C ambient Vibration: 0.002 g2/Hz, 5 to 2000 Hz 20 g, 11 ms sawtooth 0% to 95% non-condensing Electrical Specifications: 1.The SBC SHALL abide by the following constraints: SHALL have the following processor features: o4th generation Intel Core i7 oIntegrated high-performance 3D graphics controller SHALL have the following Memory: o16GB of DDR3 ECC SDRAM on two (2) channels o32 GB of NAND flash o64 MB NOR boot flash o64 kB EEPROM SHALL have the following VPX (VITA 46) P0 I/O: oI2C Port SHALL have the following VPX (VITA 46) P1 I/O: oX4 PCI Express Fat Pipe Interface to P1.A oX4 PCI Express Fat Pipe Interface to P1.B oTwo (2) 1000Base-BX Gigabit Ethernet ports. oXMC P16 I/O mapping P1w9-X12d per VITA 46.9 SHALL have the following VPX (VITA 46) P2 I/O: oTwo (2) 10/100/1000BASE-T Gigabit Ethernet ports oFour (4) SATA ports oTwo (2) USB 2.0 ports oTwo (2) HDMI/DVI-D or Dual-Mode DisplayPort interfaces oUp to two (2) RS-232/422/485 serial ports o3.3 V GPIO signals 2.The RTM SHALL abide by the following constraints: SHALL have the following back panel I/O: oTwo (2) RJ-45 connectors for dual 10/100/1000BASE-T ports oOne (1) micro DB-9 for dual serial ports oOne (1) USB connector oTwo (2) eSATA connectors oOne (1) mini DisplayPort connector SHALL have the following internal I/O: oOne (1) USB connector oTwo (2) SATA connectors oOne (1) DisplayPort connector oGPIO header Software Specifications: The SBC manufacturer SHALL provide a Linux based board support package providing all necessary drivers to interface to the SBC components. The board support package shall be based on Linux kernel 3.10.6 or newer. The provisions and clauses in the RFQ are those in effect through FAC _2005 05-81. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334111, 500 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, Cleveland, OH 44135-3191. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 19, 2015 to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135-3191 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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), 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, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13,52.232-33. 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 to Sandra Gerlach not later than May 15, 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. 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 (MAR 2015), 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/NNC15544253Q/listing.html)
 
Record
SN03723889-W 20150509/150507235215-2958088e298b97003f5b910e2ae5204d (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  © 1994-2020, Loren Data Corp.