Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

70 -- SPARCLE FLIGHT COMPUTERS SOL 1-8-15-C0359 DUE 083198 POC Michael R. Sosebee, Contracting Officer, Phone (256) 544-0415, Fax (256) 544-8641, Email michael.sosebee@msfc.nasa.gov -- Beth W. Ewing, Contract Specialist, Phone (256) 544-0351, Fax (256) 961-0059, Email beth.ewing@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#1-8-15-C0359. E-MAIL: Michael R. Sosebee, michael.sosebee@msfc.nasa.gov. NASA/MSFC plans to issue a Request for Quotation (RFQ) for Sparcle Flight Computers. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/MSFC intends to purchase the items from DY 4 Systems, Inc.; Printed Circuit Board. Single-board computer with at least 200 MHZ powerpc CPU, at least 512 KBYTE L2 cache, at least 64 MBYTE RAM with EDAC, at least 10 MBYTE ROM (at least MBYTE 8 64-bit flash, at least 2 MBYTE 16-bit boot flash, at least 8 KBYTE autostore NORAM), at least 2 PMC daughterboard sites. 10/100 base T Ethernet interface, SCSI-2 interface, IDE floppy drive interface, at least 10-bit-wide parallel interface, at least two serial EIA-423 interfaces, at least two serial EIA-422 interfaces, one of which can run at 1 MBIT/s or faster, at least 3 16-bit timers, 1 real-time clock. One PMC site outfitted with a single-channel dual redundant Mil-Std-1553B notice 2 interface. Air-cooled 6U VME bus configuration with for P0 connector. VME system controller capability with master/slave A64:D64 interface, Sysclk generation, TX and RX fifos for VME bus accesses. Air cooled. Must be available in a conduction-cooled IEEE 1101.2 version as a standard off-the-shelf product that is completely software-compatible with the air-cooled version. DY 4 model SVME-178-012. System software for item 1. VXworks board support package for item 1. On 3.5-inch MSDOS-compatible diskette(s). License and media for quantity 4 of item 1. DY 4 model DSW-178-00-WIN. Cable kit for item 1. Includes front-panel serial I/O cable, P2 serial I/O cable, and P0 I/O cable. DY 4 model CBL-178-000. System software for item 1. Mil-Std-1553B notice 2 VXworks driver for item 1. PowerPC-based. Includes C source code and user documentation. CD-ROM media and license for quantity 4 of item 1. DY 4 model DSW-601-000-CD. The Government intends to acquire a commercial item using FAR Part 12. Interested firms have 7 days from the publication of this synopsis to submit in writing to the identified point of contact, their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after the 7 days or without the required information will be considered nonresponsive to the synopsis and will not be considered. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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 Internet Note "B". Posted 08/19/98 (D-SN239308). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0393 19980821\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page