Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

70 -- SHUTTLE DATABUS INTERFACE CARDS SOL PR-9273-9695 DUE 120799 POC Laura C. Molnar, Contract Specialist, Phone (407) 867-7498, Fax (407) 867-1029, Email laura.molnar-1@ksc.nasa.gov -- David D. Reeves, Contracting Officer, Phone (407) 867-3999, Fax (407) 867-1029, Email David.Reeves-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&;pin=76#PR-9273-9 695. E-MAIL: Laura C. Molnar, laura.molnar-1@ksc.nasa.gov. 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 notice is being issued as a Request for Quotes (RFQ) for the following: ITEM NO. 1 Shuttle Databus MIA Interface Card; Salient Characteristics provided below. Quantity: 6 each. ITEM NO. 2 Shuttle MDM Databus (Serial I/O) Interface Card; Salient Characteristics provided below. Quantity: 6 each. ITEM NO. 3 1553 Bus Interface Card/CoPilot 1553 Software Package; Salient Characteristics provided below. Quantity: 6 each. DELIVERY Delivery must be F.O.B. Destination to NASA, Kennedy Space Center, Florida, on or before January 1, 2000. SALIENT CHARACTERISTICS The interface requirements for a Space Shuttle Databus Interface Card are as follow: (a) Requirements -- General The Shuttle Databus Interface Cards at Kennedy Space Center (KSC) will be utilized in the development of the Carry On Universal Bus Interface Controller (CUBIC) Upgrade. These cards will provide interface capability with the Shuttle databuses and are designed for use in IBM PC/AT (ISA) computers. The MDM databus interface card is designed in accordance with Shuttle MDM Serial I/O databus protocol. The MIA interface card is designed for interfacing with the Shuttle databus network linking the General Purpose Computer (GPC) to subsystem hardware. The 1553 bus interface card and CoPilot software together provide a GUI environment for interfacing with the MIL-STD-1553 data buses. (b) Interface Requirements: 1. Shuttle Databus MIA Interface Card: Shall provide interface between Space Shuttle Databus and IBM-PC/AT (ISA) Computer. Interface shall be capable of: a. Transmitting up to 2 MBYTES of 28BIT Space Shuttle Data Words, Command or Data sync. b. Receiving and storing up to 2 MBYTES of 28BIT Space Shuttle Data Words. Data Words will be time tagged. c. Driver Software provided to allow control of above functions. d. Interface Card shall be in IBM-PC/AT (ISA) Format. 2. Shuttle MDM Databus (Serial I/O) Interface Card: Shall provide interface between Space Shuttle MDM Serial I/O card and IBM-PC/AT (ISA) Computer. Interface shall be capable of: a. Transmitting up to 1000 (32 20BIT Data Word Messages) by transmitting In Sync Data, Message Out Discrete and Word Discrete. b. Receiving up to 1000 (32 20BIT Data Word Messages) by transmitting In Sync Message In and Word Discretes. Data words will be time tagged. c. Transmitting up to 1000 (32 20BIT Data Word Messages) by receiving Message In and Word Discretes. d. Receiving up to 1000 (32 20BIT Data word messages) by receiving Message Out and Word Discretes. Data words will be time tagged. e. Interface Card will be in IMB-PC/AT (ISA) Format. f. Driver Software provided to allow control of above functions. Warranty Requirements: The warranty provided shall be the standard Commercial Warranty, but for a period of no less than 1 year. Offerors shall provide information on any extended warranties. Technical Support Requirements: Technical support shall be available via phone and/or email. If the technical support staff is contacted after their normal operating hours, they shall respond within 24 hours. At a minimum, technical support shall be available to answer questions/assist in problem resolution concerning: (1) Integration of the I/O cards with the computer unit, and (2) Software issues related to the I/O cards. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The FAR provisions and clauses in the RFQ are those in effect through FAC 97-14. The DPAS rating for this procurement is DO A-7. If the end product(s) quoted 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. The SIC code and the small business size standard for this procurement are 3679 and 500 employees, respectively. The offeror shall state in their quotation their size status for this procurement. This procurement is being conducted as a total small business set-aside. All responsible business sources may submit a quote that shall be considered by the agency. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by evaluation of the technical literature submitted by the quoter, providing a description in sufficient detail to show that the product quoted meets the Government s requirement. The offeror shall complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (which may be obtained via the internet at URL: http://www.ksc.nasa.gov/procurement/reps/reps1199.doc and submit it as part of the quote. Offerors shall provide the information required by FAR 52.212-1; FAR 52.212-4; and FAR 52.212-5. The following identified clauses in FAR 52.212-5(b) are incorporated by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. NFS 1852.227-86 Commercial Software -- Licensing (December 1987) are applicable. All FAR Clauses may be obtained via Internet at http://procurement.nasa.gov/FAR/ . The offeror shall provide, operate, and/or maintain information technology (IT) that is Year 2000 compliant, and shall demonstrate through documentation that IT to be provided is Year 2000 compliant. The offeror shall also warrant in the quote that IT to be provided is Year 2000 compliant. The offeror should also provide a Commercial and Government Entity (CAGE) Code. The CAGE code must be for that particular name and address, not for its parent or other corporation affiliation. If the Offeror does not have a CAGE code, the Offeror shall request on from http://www.dlis.dla.mil/cage_welcome.htm (NOTE: Offerors are not currently required to register in the DoD Central Contractor Registration (CCR) database to receive an award from NASA s Kennedy Space Center). By submission of its quote, the offeror represents that, if it is subject to the reporting requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C. 4212(d). Quotations for the items(s) described above are due by 5:00 p.m. (eastern time) on 12/7/99 and may be mailed or faxed to Laura Molnar, code OP/MSO, Kennedy Space Center, Fl 32899, Fax (321)867-1029 and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, 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/Forms/Index.html to submit a quotation. It is the Offeror's responsibility to monitor this site for the release of amendments (if any). Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Facsimile Quotes are authorized; however, the Government shall not assume responsibility for proper transmission. FACSIMILE QUOTES SHALL BE FOLLOWED BY THE ORIGINALS IN THE MAIL. An ombudsman has been appointed -- (see Numbered Note "B"). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 12/02/99 (D-SN405268). (0336)

Loren Data Corp. http://www.ld.com (SYN# 0244 19991206\70-0005.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page