Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

D -- SOFTWARE NETWORK AND APPLICATION ASSESSMENT TOOL

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15554700Q
 
Response Due
7/24/2015
 
Archive Date
7/14/2016
 
Point of Contact
Sandra L Gerlach, Buyer, Phone 216-433-3764, Fax 216-433-5489, Email Sandra.L.Gerlach@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Sandra L Gerlach
(Sandra.L.Gerlach@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)for a Software-Network and Application Assessment Tool which includes: Network and Application Assessment Tool Seeking software test tool for assessing and troubleshooting networks and applications before and after deployment. Software tool is required to assess the performance and reliability of applications running over wired and wireless networked media and deployed on real or virtual hardware Endpoints that can be fixed or mobile. 1 (Qty) IxChariot Software, Console Seat License for Single User. 1 (Qty) IxChariot Optional Software, AppLibrary Support for Single User 1 (Qty) IxChariot Software, Floating Bundle 200 The software tool shall, at a minimum, comply with the following requirements: General Specifications System shall enable transaction modeling capability System shall enable creation of sophisticated traffic patterns with and without QoS for IPv4 and IPv6. System shall support measurements of throughput, jitter, packet loss, end-to-end delay, MOS and MDI. System shall be capable of correlating IP statistics with 802.11 client statistics such as RSSI. System capabilities shall include embed custom payloads to test specific data content across a network. System shall include capabilities to troubleshoot critical performance issues on network segments and devices. System shall support real-world application behavior at the transport layer. User shall be able to securely access and run tests from any browser. System shall be capable of application emulation with configuration and mix of applications based on number of users, or based on generated throughput. System shall enable Voice over IP call emulation and quality assessment with capability to create real bi-directional peer-to-peer call flows across networks. System shall be capable of providing interactive real-time performance statistics. System shall posses a library with selection and access to simulated applications. System shall be scalable to support up to 1000 connections (endpoint pairs) representing many end-users. System shall support protocols including but not limited to TCP, UDP, RTP, IPv4, IPv6 and others. System architecture shall include a configuration console able to operate on one or more of the following operating systems: Windows 7, Windows 8, Linux, OS X. Configuration console shall provide support for multiple simultaneous tests and user sessions. Endpoint Specification Endpoint software shall be capable of executing in multiple hardware platforms, virtual servers and operate over LAN, WAN and public cloud. Endpoints shall be centrally managed. Endpoints shall support Linux, Windows, iOS, Mac OS, Android, etc. Endpoint capabilities shall include TCP/UDP/RTP, multicast IPv4 and IPv6 Endpoint shall be capable of streaming voice including capability to conduct voice quality testing. Endpoint shall enable streaming video. Endpoint shall be capable of UDP bandwidth testing and
TCP multi-streams. The provisions and clauses in the RFQ are those in effect through FAC 2005-82 CURRENT FAC CAN BE OBTAINED FROM http://nais.nasa.gov/far/ ]. The NAICS Code and the small business size standard for this procurement are 541519, 150 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required Delivery shall be FOB Destination. Offers for the items(s) described above are due by July 24, 2015 COB to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered 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. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.209-6, 52.219-28, 52.222.-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.222-50,52.223-18, 52.225-1,52.225-13, 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Sandra Gerlach not later than July 22, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15554700Q/listing.html)
 
Record
SN03796281-W 20150716/150714235457-bfc432e5edc0814e69e1abe782b7e20f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.