SOLICITATION NOTICE
66 -- SOFTWARE-DEFINED RADIO DEVELOPMENT SYSTEM
- Notice Date
- 11/26/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 04-C3E-002
- Response Due
- 12/12/2003
- Archive Date
- 11/26/2004
- Point of Contact
- Kelly J Boos, Contracting Specialist, Phone (216) 433-6125, Fax (216) 433-2480, Email Kelly.J.Boos-1@nasa.gov
- E-Mail Address
-
Email your questions to Kelly J Boos
(Kelly.J.Boos-1@nasa.gov)
- 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 ONE (1) each of Software-Defined Radio Development System. The specifications of the SDR Development System are: FULLY INTEGRATED SYSTEM: The hardware and software components shall be fully functional and operational as a software-defined radio (SDR) development platform system. No system programming or configuration shall be necessary to develop or run a SDR waveform. JTRS SCA COMPLIANCE: A SCA-compliant Core Framework and CORBA ORB middleware shall already be installed and operational with the system (hardware and operating system). A POSIX real-time operating system (e.g. VxWorks, Integrity) shall be installed and running. APPLICATION PROGRAMMING INTERFACES: All APIs for the system shall be provided and documented. ANALOG SIGNAL CONVERSION:The system shall have four channels of 80 MHz (or higher) sampling ADCs with 14-bit resolution (or greater). The system shall have four channels of 80 MHz (or higher) sampling DACs with 14-bit resolution (or greater). STATE-OF-THE-ART COTS PROCESSOR MIX: The system shall utilize both FPGA and General Purpose Processor components. The system shall utilize the Xilinx Virtex II (or better) FPGAs, with a system total of at least 12 million user programmable gates. The system shall employ at least two PowerPCs G4 processors (i.e. 7410s or better) running at least 500 MHz. EMBEDDED CONTROLLER: The system shall employ an embedded controller (e.g. IBM 405GP PowerPC-based) to handle system control and free up the other processors for waveform applications. HIGH-SPEED INTERCONNECTS: The system shall have at least six 320 MB/s (or faster) Serial RapidIO links for board-to-board communications. There shall be at least two 640 MB/s (or faster) buses to transfer data from the converters to the FPGAs. The system shall have 376 MB/s (or faster) interfaces between FPGAs. Data transfer between FPGAs and SDRAM shall be 780 MB/s or better. The embedded controller shall interface with the FPGAs at 10 MB/s or better. MODULAR ARCHITECTURE: The system architecture should be modular and based on industry standard (e.g. CompactPCI), thus allowing for expansion (addition of COTS or custom boards/cards). DOCUMENTATION: User manuals, operation manuals, interface control documents shall be provided as necessary to operate and use the system. TRAINING: Training (including handout material) specific to the SDR Development System shall be available (at additional cost). WARRANTY: Standard commercial warranty of one year shall apply. The provisions and clauses in the RFQ are those in effect through FAC 01-17. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334220, and 750 employees 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 is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by December 12, 2003 by 4:00 PM EST to NASA Glenn Research Center, Attn: Kelly Boos, MS 500-306, 21000 Brookpark Road, Cleveland, OH 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.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2003), Instructions to Offerors-Commercial, 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (OCT 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-4, 52.219-6 ALT I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-29, 52.232-34. 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 All contractual and technical questions must be in writing (e-mail or fax) to Kelly.J.Boos-1@nasa.gov not later than December 11, 2003. 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, delivery, 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, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#108215)
- Record
- SN00477809-W 20031128/031126212629 (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 |