Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

D -- FIELD-PROGRAMMABLE GATE ARRAY FPGA IMPLEMENTATION OF WIFI

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15558306Q
 
Response Due
9/16/2015
 
Archive Date
9/1/2016
 
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 Field-Programmable Gate Array (FPGA) Implementation of WiFi. This PR is intended for the purchase of field-programmable gate array (FPGA) based intellectual property (IP) that implements the baseband physical and data link layers of IEEE 802.11n. This IP will be delivered to NASA and integrated onto its own hardware platforms. It is expected that the IP, when integrated on a NASA FPGA-based platform with a properly configured RF front-end circuit and controller, will allow the platform to wirelessly interface with commercial 802.11n access points. Requirements IP must fully implement the 802.11n baseband physical layer and data link layers as defined by the IEEE 802.11n-2009 amendment specification, which includes support for previous 802.11 physical layer operating modes IP is not required to support the multiple antenna modes, but strong preference will be given to designs that contain multiple antenna support IP will provide a 12-bit I and Q channel digital interface for each RF channel IP will include an implementation of the 802.11 MAC, which may be implemented either in hardware or software running on a soft or hard processor IP is not required to include a lightweight Internet Protocol implementation that would interface with the MAC, but preference will be given to designs that support this feature IP must be able to be synthesized and implemented on a Microsemi RTG4 or SmartFusion2 component The VHDL source code delivered will be fully readable and modifiable Any included software source code will be fully readable and modifiable Test vectors are not required but are preferred The use of soft-processors is permitted only if the soft-processor is supported by the Microsemi RTG4 FPGA, and the processor configuration information and software must be included The following characteristics of the IP must be reasonable compared to similar wireless IP designs currently available on the commercial market: Power consumption Logic resources consumed by the IP NASA will retain the right to modify the IP NASA will retain the right to distribute the IP internally for use in various programs including but not limited to the International Space Station and Advanced Exploration Systems. The provisions and clauses in the RFQ are those in effect through FAC _2005_-83. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 511210 / $25.0 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 is required. Delivery shall be FOB Destination. Offers for the items(s) described above are due by September 16, 2015 to Glenn Research Center 21000 Brookpark Road, Cleveland, OH 44135, 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. Addenda to FAR 52.212-1 are as follows: 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. Addenda to FAR 52.212-4 are as follows: 52.204-10, 52.209-6, 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. 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. 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 to Sandra Gerlach not later than September 11, 2015. Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) 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. 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/NNC15558306Q/listing.html)
 
Record
SN03867324-W 20150903/150902001124-407c0891aea2bcb9af07fbaff0288aa8 (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.