Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

69 -- FIELD PROGRAMMABLE GATE ARRAYS OPERATION AND PROGRAMMING TRAINING COMBINEDSYNOPSIS AND SOLICITATION

Notice Date
8/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK12446132Q
 
Response Due
8/17/2012
 
Archive Date
8/14/2013
 
Point of Contact
Maile T Krienke, Contract Specialist, Phone 321-867-2556, Fax 321-867-4848, Email maile.t.krienke@nasa.gov - Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov
 
E-Mail Address
Maile T Krienke
(maile.t.krienke@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. The Kennedy Space Center (KSC) has a requirement for Field Programmable Gate Arrays (FPGA) Operation and Programming training. The FPGA training will be for the NASA Launch Services Program (LSP) Engineering Avionics section. This notice is being issued as a Request for Quotation for the following: 1.Background: The NASA Launch Services Program Engineering Avionics section is in need of training for the operation and programming of Field Programmable Gate Arrays (FPGA). The minimum requirements are described below. 2.Objective: The contractor shall deliver a 40-hour, 5-day course, Monday-Friday, instructor-lead course for a class of 20 students from Kennedy Space Center. 3.Requirement 3.1The course shall provide training on the following topics and shall provide a Training Syllabus that will give a general description of how the contractor will address each topic during the training. [We will note in the RFQ that the Training Syllabus must be submitted with the proposal to allow for evaluation.] 3.1.1Fundamentals of FPGAs 3.1.1.1 History 3.1.1.2 Technology Background 3.1.2Architectures of FPGAs 3.1.2.1 Device Construction 3.1.2.2 Clock Management 3.1.2.3 IP (Intellectual Properties) 3.1.3FPGA vs. ASIC Design 3.1.4Programming of FPGAs 3.1.5Applications of FPGAs 3.1.6Design Flow for FPGAs 3.1.7Choosing the Right FPGA Device 3.1.8FPGA Hands-on 3.1.9Design Verification (Test, Analysis, Inspection) 3.1.10FPGA Failure Modes 3.2The contractor shall provide the following materials for this training. 3.2.1One Laptop Computer for each student for class use only 3.2.2Course required software loaded on each computer provided 3.2.3A minimum of One FPGA development board for each student for any hands-on sessions 3.2.4Presentation materials 4.Training Site Requirement: The contractor shall acquire use of an off-site facility in the proximity of Kennedy Space Center for class use. The contractor shall contact the technical point of contact (POC) for site recommendations and approval of the selected facility prior to booking the facility. The contractor shall deliver and set up class materials and equipment prior to class commencement, and shall pack up class materials after the class is completed. 5.Training Schedule: The training should be scheduled to begin 9/10/12, 9/17/12, or 9/24/12. If, prior to commencement of instructor travel to the training facility, the majority of the scheduled participants are required to support mission activities and unable to attend the planned class schedule, the class will be rescheduled for a later date without additional expense to the Government. -Receives any wavelength Training has to be conducted and completed prior to September 30, 2012. The Government shall issue a notice to reschedule no later than one week prior to the commencement of training if needed, at no additional cost to the Government. The contractor shall also give the Government a notice to reschedule no later than one week prior to the commencement of training if needed, at no additional cost to the Government. The Government intends to acquire a commercial item using FAR Part 12. GSA quotations will be preferred in response to this solicitation. GSA quotations will be based on technically acceptable and overall lowest cost. Open market quotes will be based on small business, technical acceptability, and overall lowest cost. The required completion date is September 30, 2012. It is critical that offerors provide adequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). Questions must be received in writing (via email) by 10:00am EST on August 16, 2012 to maile.t.krienke@nasa.gov. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed. See NASA Specific Note B. In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. The NAICS Code and the small business size standard for this procurement are 611420, $7,000,000 respectively. The offeror shall state in their offer their size status for this procurement. Offers for the items(s) described above are due by August 17, 2012, 12:00 PM (EST) via email to maile.t.krienke@nasa.gov with an informational copy to allen.j.miller@nasa.gov. Response via email is required. Offers must include solicitation number, FOB destination to KSC, 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 must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, through the online Representations and Certifications Application (ORCA) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. 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=D&pin=76. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). The DPAS rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 2005-59. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructions to Offerors-Commercial, which is incorporated by reference. 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 1852.215-84 Ombudsman. (NOV 2011) 1852.225-70 Export Licenses. (FEB 2000) 1852.237-73 Release of Sensitive Information. (JUN 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (APR 2012) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). [X](8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) [X] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). [X] (26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [X] (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). [X] (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). [X] (39) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). [X] (40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAR 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). [X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (50) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (iii) (Reserved) (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (End of clause) INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. (End of provision) 1852.233-70 Protests to NASA. (OCT 2002) Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part 33) directly to the Contracting Officer. As an alternative to the Contracting Officer's consideration of a protest, a potential bidder or offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to Assistant Administrator for Procurement, NASA Code H, Washington, DC 20546-0001. (End of provision) The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm An ombudsman has been appointed -- See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK12446132Q/listing.html)
 
Record
SN02839695-W 20120816/120815001648-8eb22e47b89e6a1f575735f51b483371 (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.