Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

59 -- XMC MODULES FOR THE DATA LINK SUB-COMPONENT

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10338480Q
 
Response Due
8/30/2010
 
Archive Date
8/12/2011
 
Point of Contact
Amanda L. George, Student Contract Specialist, Phone 216-433-3265, Fax 216-433-2480, Email amanda.l.george@nasa.gov - Scott D Haumesser, Contract Specialist, Phone 216-433-6195, Fax 216-433-2480, Email scott.d.haumesser@nasa.gov
 
E-Mail Address
Amanda L. George
(amanda.l.george@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. The Government intends toacquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures setforth in FAR Part 13. This procurement is not set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the item(s) shownbelow.Please see the Solicitation Instructions that follow the specification portion ofthis solicitation. GENERAL SPECIFICATIONS (XMC Modules for the Data Link Sub-Component):The Data Link subsystem is responsible for performing high rate data communication tasks(max rates of 1.2 Gbit/sec sustained). The system is responsible for both framing,de-framing, encoding, decoding, and other minor tasks needed to lock to the datastream. It must accept data from an external source (our design is calling for 10 GbitEthernet over SFP+ or XFP) and process it as described via internal FPGA processing. Itwill then pass the data over the backplane via a VXS switch card to be processed by amodem unit which houses the components needed to covert between analogue and digitalsignals.SPECIFICATIONS:Desired Quantity: 4The supplied XMC boards SHALL abide by the following constraints:Be compatible with a previously competed and awarded 6U VXS FPGA BoardDetails on VXS Boards on hand:oNallatech VXS-610 - Dual FPGA and PowerPC VXS MultiprocessoroConfigured with two Virtex-5 LX155T FPGAsoPowerPC MPC8548E ProcessoroProduct Page:http://www.nallatech.com/VME-Multiprocessors/vxs-610-dual-virtex-5-fpga-and-powerpc-vxs-multiprocessor.html Provide Xilinx Virtex LXT family FPGA(s) for user defined applicationsFollow the VITA 42.0 specification for XMCXFP or SFP+ transceiver(s) capable of 10 Gbit/s Ethernet through front panelProvide a 10 Gbit/s communication path from the front panel Ethernet transceiverto the onboard XMC FPGA(s) to the XMC ports that connect to the existing FPGAs on theGovernment owned VXS board (VXS-610). Note that the existing VXS board uses GTP basedhigh speed serial lanes.Must be able to sustain both interfaces simultaneously (front panel and XMC I/O)Software/Driver support for LinuxVirtex LXT Requirements:oProvide a minimum of 35K slices of logic resourcesoProvide a minimum of 240K logic cellsoNOTE WELL Requirements are for user defined FPGA(s). FPGA resources usedprimarily by the manufacture for board control and operations are not applicable to thesecounts (user loadable cores are OK)SDRAM Memory RequirementsoProvide a minimum of 1GB of memory directly accessible to the FPGA(s)Obtain all power from the XMC interfaceDoes not draw power beyond the VITA specificationsMaintain a nominal operating temperature range when the board is air-cooledProvide any necessary IP cores to allow the FPGA(s) to interface with otherdevices on the boardProvide documentation that provide full detail on board components includingdevice interfaces, data flow, architecture, control, memory structure, electricalconnectors, jumpers, switches, LEDs, and pin outsOPTIONS:Additional 6 unitsMANUALS:The Contractor shall provide operational manuals that shall be written in English. Two(2) sets of operator manuals shall be included which shall document operation andmaintenance of the XMC Modules for the Data Link Sub-Component. All softwaredocumentation required to operate/program/diagnose (CNC or PC controller) shall beincluded.INSTALLATION:The Government will install the item(s) referenced in the Specifications section of thiscombined synopsis/solicitation.DELIVERY SCHEDULE AND FOB POINT:Delivery to NASA Glenn Research Center is required within 20 weeks after receipt of order(ARO).Delivery shall be FOB Destination, NASA Glenn Research Center.SOLICITATION INSTRUCTIONS:Note for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15% of the total price for the item.If you require payment inadvance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.The provisions and clauses in the RFQ are those in effect through FAC 05-43.The NAICS code is 334413 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 30, 2010, 4:30p.m. GRC localtime and may be mailed to:NASA Glenn Research CenterAttn: Amanda L. George- Contract Specialist21000 Brookpark Road, MS: 60-1Cleveland, OH 44135and include on the envelope the solicitation number.Your offer should include: FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identificationnumber, Representations and Certifications, identification of any special commercialterms, description of items offered per 52.212-1 (and as modified), and the offer shallbe signed by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Faxed offers are NOT acceptable. E-mail offers ARE acceptable and shall be sent to both:amanda.l.george@nasa.gov AND scott.d.haumesser@nasa.gov. Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items, which is incorporated by reference. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: As prescribed in 12.301(b)(4), insert the following clauses: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a).[ __ (4) Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4).__ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated DamagesSubcontracting Plan (Jan 1999) (15U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive theadjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantagedStatus and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation ProgramIncentiveSubcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15U.S.C. 632(a)(2)). __ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O.13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues orFees (Dec 2004) (E.O. 13201). __ (24)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (25) 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). (26)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Nov 2006) (41U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286,109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. _X_ (27) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _X_ (28) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). __ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42U.S.C. 5150). __ (31) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (32) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)). _X_ (33) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003) (31 U.S.C. 3332). __(34) 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332). __ (35) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (36) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (37)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SELECTION:EvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Selection and award will be made to thatofferor whose offer will be the most advantageous to the Government, with considerationgiven to the factors of technical capability of the item(s) offered to meet thespecifications, price, past performance and best value requirements shall also beconsidered:Best Value Factors (BVF) include: Delivery within 10 weeks, Virtex-6 LXT User FPGAs, anyadditional FPGA(s) or FPGA resources, and any additional SDRAM memory capacity for theFPGA(s) or on-board processor.Selection and award will be made on an aggregate basis. The awardee is required to have atechnically acceptable offer and have acceptable past performance. Technicalacceptability will be determined by a review of the information submitted by the offerorproviding a description in sufficient detail to show that the product offered meets theGovernment's requirement (see specifications above). It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Technical, past performance and best value, when combined, are approximately equallyimportant than price. (b) Options. The Government will evaluate offers for award purposes by adding the totalprice for all options to the total price for the basic requirement. The Government maydetermine that an offer is unacceptable if the option prices are significantlyunbalanced. Evaluation of options shall not obligate the Government to exercise theoption(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. MISCELLANEOUS:Questions regarding this acquisition must be submitted in writing (e-mail is preferred)no later than August 25, 2010.Prospective quoters shall notify this office of theirintent to submit a quotation. An ombudsman has been appointed - See NASA Specific Note 'B'.It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10338480Q/listing.html)
 
Record
SN02238496-W 20100814/100812235403-19cce6d134a45297a1b73449ba457be2 (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.