Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1998 PSA#2063

NASA/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