|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1998 PSA#2063NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 70 -- ASIC DESIGN TOOLS SOL 1-168-GLC.4838 DUE 041398 POC Kimberly D.
Duncan, Purchasing Agent, Phone (757) 864-3566, Fax (757) 864-8863,
Email k.d.duncan@larc.nasa.gov -- Joan Y. Crepps, Contracting Officer,
Phone (757)-864-2521, Fax (757) 864-8863, Email
J.Y.CREPPS@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-168-GLC.4838. E-MAIL:
Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. Item #1 Tanner Tools Pro
(2 each) or equal Includes L-Edit/UPI Pro, T-Spice Pro, CMOSLib Pro,
Mapping Pro, NetTran and GateSim L-Edit, Extraction tool, Standard cell
place and route, DRC tools and Libraries; All of the software below
must work on a PC computer running NT 4.0.; The schematic editor
program/layout editor tool for ASICs, must be capable of graphical mask
layout editing, must support boxes, polygons, circles, lines, wires,
labels, arcs, and torus functions, with 45 and 90 degree as well as any
angle layout, must include a cross sectional viewer that can vary the
fabrication technology for use in analyzing the layouts, and must be
able to read and write CIF and GDSII file formats.; The
schematic/layout editor program will include the appropriate scaleable
layout libraries for both analog and digital standard cells that are
supported by the MOSIS fabrication facilities. RAM/ROM generators
should also be included, as well as ADC/DAC components and neural
network components.; Must include a DRC (Design Rules Checker) program
compatible with the layout tool. This program will check the validity
of layouts against the technology of the fabrication methods. This
program must be compatible with the schematic/layout editor program.;
Must include a program for extraction of parasitic parameters to be
used in a spice type of netlist. This program needs to extract passive
and active devices from the layout and create a simulation using a
spice type of netlist. This program must be compatible with the
schematic/layout editor program.; Must include a LVS (Layout Vs
Schematic) program to check the validity of the layout against the
original schematic. This program must be compatible with the
schematic/layout editor program.; Must include a Place and Route
program capable of producing a standard cell layout from a schematic.
This program must be compatible with the schematic/layout editor
program.; Must include a spice type of simulator compatible with the
schematic/layout editor program. This program must beable to simulate
the analog behavior of circuits as entered into the schematics.; Must
include a gate level simulator compatible with the schematic/layout
editor program. This program must be able to simulate the digital
behavior of circuits as entered into the schematic. Item #2 (1 each)
L-Edit/Therm 3D Finite Element thermal analysis tool for MCM s, Ics,
and PCBs. Compatible with l-Edit Pro; Thermal analysis program
compatible with the schematic/layout editor program.; This program must
be able to perform a finite element analysis from the layout.; Analysis
must be 3D and have a graphical output in cross section and planar
views. Item #3 (1 each) SI PRO Signal Integrity Analysis System
includes SI-cale, T-Spice, Advanced Model Package and W-edit compatible
with L-Edit.; Signal integrity program compatible with the
schematic/layout editor program.; This program must be able to perform
a electromagnetic analysis from the layout.; Also, the program must
include a waveform viewer, and models for components, and analysis must
include the interconnects for systems. Item #4 Software Maintenance for
Items 1-3 for a 16 month period. (All above software shall be Year 2000
Compliant) 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; quotes are
being requested and a written solicitation will not be issued. This
procurement is being conducted under the Simplified Acquisition
Procedures (SAP). The provisions and clauses in the RFQ are those in
effect through FAC 97-03. The SIC code and the small business size
standard for this procurement are 7372 and $18 million in gross sales,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery to NASA Langley Research Center is required within 30 days
ARO. Delivery shall be FOB Destination. The DPAS rating for this
procurement is DO-C9. Quotations for the items(s) described above may
be mailed or faxed to the identified point of contact, by the date/time
specified and 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. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representationsand Certifications required by FAR 52.2l2-3
may be obtained via the internet at
URL:http://nasa.nasa.gov/msfc/pub/reps_certs/sat/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.214-34,
52.214-35, 52.227-19, 1852.215-84, 1852.225-73 FAR 52.212-5 is
applicable and the following identified clauses are incorporated by
reference. 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-21 Alt 1
Questions regarding this acquisition must be submitted in writing no
later than April 7, 1998. Quotations are due by 2:00 p.m., local time,
April 13, 1998, to the address specified above. Selection and award
will be made (on an aggregate basis) to the lowest priced, technically
acceptable quoter. Technical acceptability will be determined by
information submitted by the quoter providing a description in
sufficient detail to show that the product quoted meets the
Government's requirement. Quoters must provide copies of the provision
at 52.212-3, Offeror Representation and Certifications -- Commercial
Items with their quote. See above for where to obtain copies of the
form via the Internet. An ombudsman has been appointed -- See Internet
Note "B". It is the quoter's responsibility to monitor this site for
the release of amendments (if any). Potential quoters will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). (0086) Loren Data Corp. http://www.ld.com (SYN# 0337 19980331\70-0005.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|