Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

99 -- MPC565 Compiler license and support

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-T-0440
 
Response Due
8/17/2006
 
Archive Date
9/16/2006
 
Point of Contact
Frank Corradi, Contract Specialist, (973)724-5421
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W15QKN-05-T-xxxx for this Request for Proposal (RFP) and must be referenced in all proposals sent in response to this request. The US Army TACOM-ARDEC, Picatinny Arsenal, NJ 07806-5000, is soliciting to procure one (1) license for integrated development software suite for the Freescale MPC565 microprocessor and is to include one (1) year of technical support. The Contract Line Item Number (CLIN) for this solicitation is CLIN 0001, one (1) license for integrated development software suite for the Freescale MPC565 microprocessor, and CLIN 0002, one (1) year of technical support. The requirements/specifications are: The development suite must include, at a minimum, an integrated development environment (IDE), a board support package (BSP), and an in-circuit emulator (ICE). The entire suite must function on a standard PC running Windows XP. It must be an existing product and deliverable within thirty (30) days of bid acceptance. The government has the right to evaluate the entire development suite in order to verify the requirements listed below. IDE requirements: - Must include code editor for C/C++, C/C++ compiler, and debugger. - Must use a single interface to navigate between the three above-mentioned components, and this interface must be a graphical user interface (GUI). - Must be recognized by The MathWorks (MatLab) as compatible with the Real- Time Workshop Embedded Coder for MatLab and Simulink. - Must be recognized by The MathWorks (MatLab) as compatible with the Embedded Target for Motorola MPC555. - Must support full-bit-level, assembly-level, source-level, and operating system-level visibility and control. - Debugger must include support for: breakpoints, watchpoints, single- stepping, module and function browsing, stack trace display, register view, and mixed language debugging. - Must support download of compiled programs via ICE included in this purchase. BSP requirements: - Must include support for the MPC 565, preferably for the entire MPC5xx family. ICE requirements: - Must support connection to the MPC 565 using either MSI Wiggler or JTAG port. - Must support all features of the debugger described above. - Must be able to download programs generated in the IDE to the target device This procurement is to include one (1) year of technical support Acceptance of software will be made at destination. Delivery of the system shall be no later than 30 September 2006. Shipment will be made using best commercial practices to: ARDEC Picatinny, Attention: Michael Mera Picatinny Arsenal, Building 322 Picatinny NJ 07806. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. As stated in FAR 52.212-2, Evaluation ??? Commercial Items, a single award will be made to the responsible offeror whose offer is determined to be the best value to the Government based on Technical Capabilities and Price. The offer will be determined to be technically acceptable based on in house technical evaluation. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications as specifically listed above. FAR provision 52.212-1, Instructions to Offerors - Commercial Items applies. Provisions/Clauses: Offerors are required to complete and include a copy of the following FAR provisions with their proposals: 52.212-3, Offeror Representation and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment By Electronic Funds Transfer Central Contractor Registration. Additionally, DFARS provisions 252.212-7000, Offer Representations and Certifications Commercial Items; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.247- 7022, Representation of Extent of Transportation By Sea; apply. DFARS clauses 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating FAR clause 52.203-3, Gratuities; apply. Full text versions of FAR and DFARS provisions and clauses can be found at http://procnet.pica.army.mil. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a CAGE code and DUNS number. Offers shall be received at the contracting office no later than 4 PM EST 31 August 2006. Offers should be submitted via E-mail to frank.corradi@pica.army.mil, via fax (973-724-4524), or mail. The contracting office is not responsible for incomplete, late, lost, misdirected or postage-due mail or for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect, or line failure in connection with any telephone network, computer equipment, software or any combination thereof. Award shall be made to the offer whose proposal represents the best value to the Government. technical capabilities and price shall be subjectively compared to determine the combination that is most advantageous to the Government and an award shall be made on that basis. The Government reserves the right to make award to other than the lowest priced offers or to other than the offer with the lowest Proposal Risk rating if the PCO determines that to do so would result in the best value to the Government. For information regarding this solicitation, please contact Frank Corradi at (973) 724-5421, email: frank.corradi@pica.army.mil. No Numbered Notes referenced.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-T-0440)
 
Record
SN01104432-W 20060804/060802221310 (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  © 1994-2020, Loren Data Corp.