COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS
70 -- HIGH PERFORMANCE IP NETWORK EMULATOR
- Notice Date
- September 21, 2001
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- RFQ3-182204
- Response Due
- October 9, 2001
- Point of Contact
- Leahmarie Stervagi, Contract Specialist, Phone (216) 433-2137, Fax (216) 433-5489, Email Leahmarie.Stervagi@grc.nasa.gov
- E-Mail Address
- Leahmarie Stervagi (Leahmarie.Stervagi@grc.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; quotes are being requested and a written solicitation will not be issued. Specifications: Introduction The Digital Communications Technology Branch of the NASA Glenn Research Center requires the procurement of a programmable IP Network Emulator hardware unit to be used for testing and evaluation of higher speed hybrid network testbed components. The network testbeds will consist of in-house, commercial off the shelf (COTS) and specialized technology development hardware for applications to space platforms. The hardware will be used in an isolated in-house local area network. Maximum flexibility and repeatability of simulations and modeling of IP traffic behavioral characteristics are critical validation factors required in this application. In consideration of this, the salient minimum specifications and requirements of the IP Emulator unit to be procured shall be as follows: Input Specifications The unit shall have remote access & control capability over a network through a standard browser interface, and respond to user input stimuli to monitor and change network test parameters; Data Throughput and Control Specifications The unit shall be able to accommodate the following packet data throughput specifications: 7 Provide a throughput of 400K packets per second through a minimum hardware and software configuration; 7 Have a packet memory depth of 160K packets; 7 Generate a packet length of up to 1500 bytes; 7 Accommodate packet delay and jitter parameters of 0 to 10 seconds in 130 microsecond resolution increments over Fixed, Gaussian, Uniform, Exponential, and Internet traffic distributions; 7 Provide the ability to have a burst packet drop of 0 to 64K packet count; 7 Have the ability to drop 0 to 100% of packets; 7 Have the ability for packet decimation (1/N) of 1 to 10K packets; 7 Have a packet re-order ability of up to 50% with 0.1% resolution within 10 packet hops; 7 Provide for duplicate packets of 0 to 100%; 7 Provide the ability for a total data sink, i.e. no transmission of packets; 7 Provide for a throttle data capacity of 0 to 1000 Mbps within a queue length of 100 to 500K bytes; 7 Emulate a BER range of 10-2 to 10-12 random or periodic in data payload or packet with a burst range of 2 to 64K bits; 7 Accommodate fragment packets between 68 to 64K bytes within a range of 0 to 100%; 7 Offer the flexible capability to modify the following: destination address, destination port, source address, source port, network checksum, transport checksum, protocol, TTL check & decrement & set, fragmentation control, toggle profile control, timer and counters; 7 Provide accessible bandwidth probe for measuring packet throughput, total packets, total bytes, average byte rate and average bit rate with the following: throughput of 622 Mbps, time span of 0 to 3600 sec, total byte capacity of 0 to 2 billion, total packet capacity of 0 to 2 billion; average throughput resolution of 1 byte per second or 1 bit per second; 7 Provide for a minimum of 16 independent network links each having a different packet modifier and packet impairment profile; 7 Provide the capability to filter packets based on the following parameters: source address, destination address, source port, destination port & protocol; 7 Give multiple routing modes to allow for packet travel between any of the T1, E1 or 10/100 ports which may be active; 7 Offer network capture and replay mode from each source to each destination node for analyzing network performance. Output Performance Characteristics The unit shall have the capability to emulate the following network output performance, given the input within the Input and Data Throughput and Control Specifications: 7 One Quality of Service (QoS) interface & differential service interface for traffic conditioning with capability to emulate any level of service specified and providing traffic conditioning with queuing as follows: a minimum of 64 independent paths for data service levels, FIFO, Prioritized FIFO, Leaky Bucket, Token Bucket, Stochastic Fair Queuing, Weighted Fair Queuing, Round Robin and Weighted Round Robin. 7 A minimum of two single port T1/E1 Internet protocol interfaces each with capability as follows: Data Rates at fractional, 1.544 Mbps & 2.048 Mbps; PPP, Raw HDLC, and Cisco HDLC protocols; RJ-48, 100 or 120 ohm interface. 7 One dual port 10/100 Ethernet IP interface (half or full duplex ability) with capability as follows: Data Rates at 10 or 100 Mbps; Auto-select between full and half duplex; 10 Base-T or 100 Base-T interface. General Operating Characteristics The unit shall conform to the following physical operating requirements: 7 Come ready assembled; 7 Operate in stand-alone enclosure free fashion, requiring only standard line current and voltage; 7 Contain a 1.44 Mbyte diskette drive for short term data storage and transfer; 7 Contain a minimum 5 Gbyte hard disk drive for long term data and parameter storage; 7 Operate within standard USA line 120 VAC and standard 60 Hz line frequency; 7 Fit within a standard NEMA 19" width rack; 7 Operate within an environment of 0 to 30 degrees Celsius; Unit Accompaniments The unit shall be shipped with, as a minimum: 7 A number of general functional software network demonstration blocks; 7 A number of functional software satellite based demonstration modules; 7 Any necessary software operational programming diskettes or CD ROMS; 7 All necessary user manuals; 7 All necessary programmer manuals; 7 A minimum of two NIST calibrations for the unit; 7 A minimum of two additional years extended warranty for the unit; 7 Power cord for standard USA line 120 VAC. The provisions and clauses in the RFQ are those in effect through FAC 97-27. 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 334119 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to Glenn Reseach Center, 21000 Brookpark Road, Cleveland, Ohio 44135 Bldg 21 Shipping/Receiving is required 30 days ARO. The P.O. number must be clearly displayed on the outside of all packages. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30PM October 9, 2001 and may be mailed or faxed to the contct below and 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, Cage Code (CCR regestration number), and be signed by an authorized company representative. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. 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 Questions regarding this acquisition must be submitted in writing to NASA Glenn Research Center,Attn: Leahmarie Stervagi M/S 500-305, 2001 Brookpark Rd. Cleveland, OH 44135 or emailed to: Leahmarie.Stervagi@grc.nasa.gov and must be recieved no later than 4:30PM October 2, 2001. Oral inquiries will not be accepted. Selection and award will be made to the lowest priced, technically acceptable quoter, that presents the best value to the government. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide completed copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. These may be obtained at: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#98631)
- Record
- Loren Data Corp. 20010925/70SOL002.HTM (D-264 SN50Y3P8)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|