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

70 -- Nanoboard and Daughter Board

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0455
 
Archive Date
9/3/2010
 
Point of Contact
Tina M. Panasci, Phone: 315-330-1909
 
E-Mail Address
tina.panasci@rl.af.mil
(tina.panasci@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0455 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100810. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 334111 and small business size standard is 1,000. The contractor shall provide the following items on a firm fixed price basis. Offeror's shall specify the warranty term and include shipping FOB Destination in the total price. Item 1: Nanoboard NB2 QTY: 3 MFR/PN: Altium 12-400-NB2DSK1 or Equal Specifications: -Integrated color TFT LCD panel (320x240) with touch screen -Stereo analog audio system with on-board amplifiers, mixer, line in/out and stereo speakers - Standard communication interfaces - RS-232 serial, CAN, PS/2 mini-DIN -SD card reader -Four channel, 8-bit ADC and 10-bit DAC, I2C-compatible -User definable PDA-style push button switches that function as generic design inputs - General purpose switches and LEDs -Programmable clock, 6 to 200 MHz, to target FPGA -Power sensing system -SPI Real-Time Clock with 3V battery back-up -Onboard memory accessible by NanoTalk Controller 256K x 32-bit common-bus SRAM (1MB) 16M x 32-bit common-bus SDRAM (64MB) 16M x 16-bit common-bus 3.0V Page Mode Flash memory (32MB) 256K x 32-bit independent SRAM (1MB) -Dual User Board JTAG headers - Home/Reset button -NanoTalk Controller - shall manage real time communication with the Designer, board, and NanoBoard firmware using a Xilinx® SpartanTM-3 (XC3S1500-4FG676C or equal) controller with JTAG-accessible Flash configuration PROM -Master-Slave connectors -Board ID memory - Power - Dual 5V DC power daisy-chain connectors with power switch, 5V DC power output connector, power supply test points for all supply levels available on the board, four GND points - USB 2.0 -Shall be able to use up to three peripheral boards. Three boards to be included shall meet the following specifications: 1. Audio/Video Peripheral Board): Composite and S-Video output and capture, 24-bit VGA output, high-performance I2S stereo audio coded 2. Mass Storage Peripheral BoardCompact Flash, SD card slot, ATA hard-drive interfaces 3. USB-IrDA-Ethernet Peripheral Board10/100 Ethernet interface, USB 2.0 interface, 4Mbits/sec IrDA -Must be plug in compatible with the proposed Daughter Board (reference Line Item 2). Item 2: Daughter Board QTY: 15 MFR/PN: Altium 12-401-DP41 or Equal Specifications: Xilinx Spartan-3 Daughter Board (DB41): With Xilinx Spartan-3AN FPGA (XC3S1400AN-4FGG676C) (or equal) -On-board memories available for use by FPGA design: 256K x 32-bit common-bus SRAM (1MByte) 16M x 32-bit common-bus SDRAM (64MByte) 16M x 16-bit common-bus Flash memory (32MByte) -Dual 256K x 16-bit independent SRAM (512KByte each) -1-Wire memory device used to store board ID and related information -Three 100-way connectors for attachment to the motherboard and plugged-in peripheral boards. Including SPI bus interface, I2C bus interface, 1-Wire bus interface, and JTAG, power and additional control lines from the motherboard -Must be plug in compatible with the proposed Mother Board (reference Line Item 1) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM ET, Thursday,19 August 2010. Submit to: AFRL/RIKO, Attn: Tina Panasci, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8142 or by email to Tina.Panasci@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price, and Technical Capability; both factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (FEB 2010), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.227-7015, Technical Data - Commercial Items (NOV 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.247-7023, Alt III, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal (AUG 1999) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-A7 to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0455/listing.html)
 
Record
SN02239232-W 20100814/100813000200-45b64e3f17bdc891afb53249cb4af901 (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.