Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOLICITATION NOTICE

70 -- Software License and Support

Notice Date
11/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017806Q3002
 
Response Due
11/7/2005
 
Archive Date
1/2/2006
 
Description
This synopsis, and applicable amendments, is posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce On-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. Hard copies will not be provided. Vendors should regularly access the specified websites to ensure they have downloaded any and all amendments. In accord with FAR 6.302-1, the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to solicit Green Hills Software Inc located at 30 W Sola St, Santa Barbara CA 93101-2599, on a sole source basis, for the following new licenses to Green Hills software and one year of priced software support (which follows a three month warranty period): (1) AdaMULTI Integrated Development Environment software floating license part number GA-MA-PPC-IR-INT-W plus 1 year of support part number @GA-MA-PPC-IR-INT-W, qty 2 each; (2) C/C++ PowerPC Cross Compiler software license part number G-CC-PPC-NO-UNS-W plus 1 year of support part number @G-CC-PPC-NO-UNS-W, qty 2 each; (3) Probe run control device for Power PC target software license part number GHA-GP-PPC-CAP-7447 plus 1 year of support part number @GHA-GP-PPC-CAP-7447, qty 2 each. (New licenses include three months free support as part of the commercial warranty; the Probe software is deliverable within two weeks ARO, FOB destination; other software items simply require a key.) The Government also requires software support, of one year duration, for previously purchased perpetual software licenses as follows: (1) support part number @GA-MA-PPC-IR-INT-W-14, qty 2; (2) support part number @GA-EA-PPC-NO-INT-W-14, qty 1; (3) support part number @G-CC-PPC-NO-UNS-W-14, qty 2; (4) support part number @GA-MA-PPC-IR-INT-D, qty1; (5) support part number @GA-MA-PPC-IR-INT-D, qty 2; (6) support part number @GA-EA-PPC-NO-INT-D, qty 1; (7) support part number @G-CC-PPC-NO-UNS-D, qty 2 Minimum salient characteristics are: the software must be compatible with, and capable of reading and writing to, files created with the existing Green Hills AdaMULTI Integrated Development Environment (IDE) version 4.0.7. The software must be capable of: utilizing all existing Green Hills software development tools including, but not limited to Rtserv, Probeserv, Event Analyzer and C/C++ PowerPC cross compiler, interfacing to the existing Integrity RTOS version 5.0.4, interfacing to the AdaMULTI IDE version control system, and provide multi language support (including Ada 95 compiler). The software must not change the performance of the existing software development environment. C/C++ cross compilers must produce executables identical to current Green Hills C/C++ cross compilers. Executables must execute under existing Integrity RTOS. Hardware probes must provide run control over PowerPC 7447 attached to a Synergy RHINO DX Single Board Computer (SBC) via JTAG connection. Run control must be coupled to code debugger so user knows exactly which instruction is being executed. Continued software support for existing Green Hills software. The Government will consider offers, from all responsible sources, which evidence ability to provide software, data, software training, and software maintenance with the same or equal features, benefits, quality, and reliability of the proprietary commercial off-the-shelf products and commercial services identified above within two weeks of date of order. Offers that do not provide such evidence will not be considered for the immediate award. Offers must be submitted via email to XDS13@nswc.navy.mil by 2:00pm EST on 7 November 2005. Please reference quote number N00178-06-Q-3002. Award will be subject to Simplified Acquisition Procedures, in accordance with FAR 13, and procedures for acquisition of commercial items, in accordance with FAR Part 12. Successful offeror will complete and submit representations and certifications at FAR 52.222-22 and 52.222-25 and shall be registered in the Central Contractor Registration database. Estimated award date is 15 November 2005.
 
Record
SN00924567-W 20051103/051101212132 (fbodaily.com)
 
Source
FedBizOpps.gov 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.