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