SOLICITATION NOTICE
70 -- MIL-STD1553 PXI BOARD
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11400955Q
- Response Due
- 8/31/2011
- Archive Date
- 8/12/2012
- Point of Contact
- Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Ingrid Pace
(Ingrid.Pace-1@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 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 1ea. 1553 ProtocolAnalyzer, 1 ea. VHDC cable for single channel and, 3 ea. External Functional Single 1553 channel 3U PXI card.Must be a part of a complete compatible system; software, VHDCI cable, and externalfunction single 1553 channel 3U PXI card.Software:The software must allow simulation setups created and used within the Flight Simulyzerapplication to also be loaded and executed from within the AIT MIL-STD-1553 LabViewInstrument Driver.The bus controller, remote terminal, and Chronological Bus Monitor are to be based on acommon XML data format.The configuration Graphical User Interface (GUI) must provide:GUI for creating and modifying configuration setups The Bus Controller (BC) must provide:Full support for MIL-STD-1553A/B mode code operations Full error injection, definable independently per BC command Command/Data word sync errors Parity errors The Remote Terminal (RT) must provide:Fully configure Tx/Rx buffers for each sub-address and mode code Full error injection configurable per RT sub-address with full complement of errorssupported Independently view and modify RT sub-address dataThe Chronological Bus Monitor (BM) must provide:Flight Simulyzer provides easy-to-use BM functions that allow the user to configure:Data filtering based on RT and sub-addresses Illegal RT sub-address/mode code combinations to be flagged as errors by the BM Live data captureMIL-STD1553 PXI board:The MIL-STD-1553 card must be a 3U PXI hybrid slot compatible with PXI module part numberPXI-C1553-EF-1, should be able to support testing, simulating, monitoring, and analyzingMIL-STD-1553 A/B data buses, must include Labview instrument driver, and provide highlevel interface (XML) to support the setup and configuration of the card.The specifications for the MIL-STD-1553 PXI card should include:At least one dual redundant MIL-STD-1553 bus interface. 3U Hybrid Slot compatible PXI module. 32-bit / 33 MHz PCI plus PXI Trigger Bus.Minimum operating temperature of 0C to +40CConcurrent BC, multiple RT (31), and BM operations for extended functioninterfaces.On-board time tag clock synchronization to external IRIG.PXI trigger input/output capability.Software-selectable bus coupling, direct coupling, transformer coupling, and fullbus network emulation modes.MIL-STD-1553 driver for bus configuration and developing applications in LabVIEW.Capability to export/import 1553 bus configuration.Supports the PXI standard.Compatible with LabVIEW 2010SP1.Capable of providing variable amplitude bus voltage.The provisions and clauses in the RFQ are those in effect through FAC _2005_-53 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 423430 AND100 EMPLOYEES respectively. The offeror shall state in their offer their size status forthis 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, OH 44135-3127is required within 30 days ARO. Offers for the items(s) described above are due by close of business August 31, 2011 toNASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135-3127 and mustinclude, solicitation number NNC11400955Q, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned 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 Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html 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 Ingrid Pacenot later than close of business August 24, 2011. Telephone questions will not beaccepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11400955Q/listing.html)
- Record
- SN02533195-W 20110814/110813000600-b779640e7319e940f4d8b967cfa6c385 (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 |