SOLICITATION NOTICE
D -- ARTIQ Physics Software - Solicitation
- Notice Date
- 3/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0062
- Archive Date
- 4/4/2017
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provision and Clauses Solicitation COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: D318 2. NAICS Code: 541512 3. Subject: ARTIQ Physics Software and Gateware Development 4. Solicitation Number: W911QX-17-T-0062 5. Set-Aside Code: N/A 6. Response Date: Five (5) Days After Posting 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, Maryland 20783-1145 USA 8. (i) This 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; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i), which states "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". The name of the company the Government intends to award a contract to is M-Labs Limited, 5/F Yat Chau Bldg 262 Des Voeux Rd C, Sheung Wan, Hong Kong Island, Hong Kong. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (End of clause) (ii) The solicitation number is W911QX-17-T-0062. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19 Jan 2017. (iv) The associated NAICS code is 541512. The small business size standard is $27.5M. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 The Contractor shall design and provide gateware and software to enable the operation of Metlino and Sayma Printed Circuit Boards (PCBs) for use with the existing, Government owned Advanced Real Time Infrastructure for Quantum (ARTIQ) physics hardware in accordance with the Performance Work Statement (PWS), QTY (1) Job. CLIN 0002 Contractor Manpower Reporting CLIN 0003 Data (vi) Description of requirements: Performance Work Statement ARTIQ Integration of Sayma and Metlino Hardware C.1.0 BACKGROUND The Optics & Photonics Integration (O&PI) Branch within the Sensors and Electron Devices Directorate (SEDD) at the Army Research Laboratory (ARL) performs a variety of quantum computing and quantum networking experiments using trapped atomic ion quantum bits (qubits). The complexity of these experiments necessitates substantial automation. The Advanced Real-Time Infrastructure for Quantum physics (ARTIQ) hardware is an open source software platform for managing complex automated experiments. C.2.0 OBJECTIVE The Government requires a software development Contractor to design cutting edge gateware and software to enable the operation of Metlino and Sayma Printed Circuit Boards (PCBs) for use with existing Advanced Real Time Infrastructure for Quantum (ARTIQ) physics hardware in the SEDD laboratories at ARL. Existing, Government-owned ARTIQ hardware does not provide the performance necessary for next-generation quantum information experiments. Therefore, creating a custom experimental control infrastructure enabling the operation of the above-mentioned Metlino and Sayma PCBs for use with the existing ARTIQ hardware is crucial in furthering next-generation quantum computing and quantum networking experiments using trapped atomic ion qubits. C.3.0 REQUIREMENT The Contractor shall design and provide gateware and software to enable the operation of Metlino and Sayma PCBs for use with the existing, Government-owned ARTIQ physics hardware. This gateware and software shall be tested by ARL upon receipt to ensure proper performance in accordance with Section 3.2 "Deliverables" below. The Contractor shall provide suitable test benches and unit tests for the required gateware and software, in accordance with Section C.3.3 "Technical Requirement Specifications" below. The necessary software and gateware form a complex package that shall require the Contractor to possess a highly-detailed understanding of the ARTIQ systems, excellent project management, and substantial technical skills in accordance with section C.3.1 "Contractor Qualifications". The Contractor shall possess the ability to develop the software and gateware required by Government employed basic research scientists in accordance with the Government's scientific needs as described in this PWS. C.3.1 CONTRACTOR QUALIFICATIONS The Contractor shall be capable of meeting the Government's following requirements to design and complete the necessary software and gateware, and shall provide evidence of such capability through past performance: C.3.1.1 The Contractor shall possess a detailed understanding of the ARTIQ architecture and design and have had major successful contributions to the ARTIQ experiment control framework. This criterion is absolutely essential to the success of the contracted work. The work requires intimate knowledge with the entire ARTIQ codebase. C.3.1.2 The Contractor shall have had previous experience working closely with physical scientists as end customers. References may be requested from previous basic science collaboration work, attesting to the qualification of the bidder for a project of this nature. C.3.1.3 The Contractor shall have previously demonstrated successful implementation of complete field gate array (FPGA) system-on-chip (SoC) framework, including soft central processing units (CPUs), memory controllers, serial peripherals, Ethernet, and using only open source components. C.3.1.4 The Contractor shall have previously demonstrated successful implementation of time-to-digital converter (TDC) devices and its components with less than fifty (50) picosecond (ps) jitter. C.3.1.5 The Contractor shall have previously demonstrated successful implementation of the development of embedded digital electronics products for the use of basic science research. C.3.1.6 The Contractor shall have previously demonstrated successful implementation of long-term support, spanning at least five (5) years, and development of unclassified, high visibility projects of public record. C.3.2 DELIVERABLES Deliverables fall into three (3) groups, and shall be in accordance with Sections C.3.2.1, C.3.2.2, and C.3.2.3. Each group shall be quoted separately with proposed delivery dates. The Contractor shall receive payment for each group separately upon acceptance by ARL. All Deliverables shall be provided to ARL no later than three (3) months after receipt of order (ARO). The ARO date will be noted in the final award document. C.3.2.1 The Contractor shall provide software and gateware capable of integrating both Sayma and Metlino features. The software and gateware shall include the following requirements: C.3.2.1.1 Nano-second resolution SERDES implemented in Kintex UltraScale FPGA; C.3.2.1.2 Port single-tone non-interpolating real-time input/output (RTIO) parallelized DDS (fDATA) core to Kintex Ultrascale using Kintex7 code in existing codebase; C.3.2.1.3 Absolute and relative phase modes for all frequency and phase interpolators independently configurable through RTIO; C.3.2.1.4 f,p,a,u modulation by RTIO for all interpolators; C.3.2.1.5 Direct Memory Access (DMA) support (redirect RTIO events emitted in named DMA context to memory pool, then (re-)play by name); C.3.2.1.6 Parallelizing CIC interpolator/AA filter before parallelized DDS core Parallelized FIR filter after CIC, research and implement possibilities given DSP resources; C.3.2.1.7 Coherent phase mode (implemented in kernel application program interface (API) and runtime) for frequency/phase updates of the three (3) eDRTIO channels; C.3.2.1.8 Distributed DMA protocol/runtime/ARTIQ-python implementation (output events only); C.3.2.1.9 Distributed DMA support in downstream Metlino/Sayma (output events only); C.3.2.1.10 Distributed DMA arbitration/interleaving of non-DMA RTIO events (output events only); C.3.2.1.11 Gate-able counter TTL input RTIO channel; C.3.2.1.12 Project management for Sayma and Metlino testing and integration. C.3.2.2 The Contractor shall provide extended Sinara to be compatible with the Sayma and Metlino integrated features within the software and gateware. This requirement shall include the following: C.3.2.2.1 Time stretcher for interpolators to extend dynamic range beyond spline knot durations of 2**16 cycles; C.3.2.2.2 Saturating summing junctions; C.3.2.2.3 f,p,a,u modulation by external data stream (ePID) for all interpolators; C.3.2.2.4 Summing junction clipping detectors and their remote readout; C.3.2.2.5 Configurable, saturating output limiters; C.3.2.2.6 Monitoring support for all spline interpolators and total DAC output; C.3.2.2.7 Injection/override support for all spline interpolators; C.3.2.2.8 Distributed hardware logic analyzer support for all interpolators and DAC output. C.3.2.3 Progress Reporting C.3.2.3.1 The Contractor shall provide the Government with monthly progress reports, which shall be, at minimum, two (2) typewritten pages, and consist of a detailed account of each month's progress, a summary of code review(s), planned work and direction goals for the coming month, and a summary of any difficulties or questions that have developed throughout the previous month and/or any suggested changes to the design framework. Monthly progress reports shall be submitted by the Contractor no later than the first (1 st ) of each month and in accordance with Data Item A001 on the DD FORM 1423. C.3.2.3.2 Throughout the design phase of the requirement, the Contractor shall participate in email, email listings, and teleconferences. Please see the chart below for all deliverables stated in this Performance Work Statement: DELIVERABLE SECTION DELIVERY DATE Gateware and software for basic Sinara functionality C.3.2.1 Three (3) months ARO Gateware and software for extended Sinara functionality C.3.2.2 Three (3) months ARO Progress Reporting C.3.2.3 Beginning one (1) month ARO; due the 1 st of each month C.3.3 TECHNICAL REQUIREMENT SPECIFICATIONS The Contractor shall ensure that the above requirements described in Section 3.2 "Deliverables" meet the following specifications: C.3.3.1 All code shall be covered with unit tests to at least 95% accuracy to verify functionality and to guard against regressions from future refactoring, extension, and/or bug fixes. C.3.3.2 All code shall be supplemented by software test benches that enable simulation and unit testing without the need for hardware. Hardware test benches shall be detailed as such and must run on the relevant hardware with minimal manual intervention. C.3.3.3 All classes shall include in-line documentation, including a high-level statement explaining how the code fits into the broader ARTIQ infrastructure. C.3.3.4 All code exposed to the user shall be documented fully in-line and discussed in ARTIQ on-line documentation. C.3.3.5 All code shall be platform independent where possible. Specifically, components running on CPU hardware should not be specific to one particular operating system. Code sections that are not platform independent shall be clearly flagged as such. C.3.3.6 The Contractor is responsible for obtaining all prototype hardware necessary to run Contractor-supplied test benches, which shall be required to confirm sufficient performance and operation by the Contractor. The Government will subsequently perform the same unit tests on pre-existing, Government-owned ARTIQ hardware to ensure the software and gateware meets the Government's requirements as stated in this PWS. C.3.3.7 All project software and gateware shall be maintained in a suitable repository to allow introspection by ARL in order to monitor the progress of development and provide rapid feedback, as needed. The Contractor shall organize all code in a manner that may be reviewed by ARL regularly and as needed. The results of these reviews shall be integrated in successive developmental steps. These interactions will allow for discussions between the basic research scientists in the O&PI Branch at ARL and the Contractor, and ensure that any unforeseen difficulties which require modifications to the design initially agreed upon are addressed immediately. In addition to discussions and progress reports, the Contractor shall be available to the Government for support via email and telephone throughout the design process regarding any difficulties and/or questions that may arise on either party's end, so that these issues may be addressed in a timely and efficient manner. C.4 DISTRIBUTION STATEMENT C.4.1 Determination of the PWS Document: Distribution Statement A: Approved for public release. Distribution is unlimited (22 February 2017). C.4.2 Determination for information generated from the Contract: Distribution Statement C: Distribution authorized to U.S. Government Agencies and their Contractors (Administrative or Operational Use) (22 February 2017). Other requests for this document shall be referred to RDRL-SEE-E. (vii) Delivery is required within three (3) months After Receipt of Order (ARO). Delivery shall be made to U.S. Army Research Laboratory, Adelphi, MD. Acceptance shall be performed at U.S. Army Research Laboratory, Adelphi, MD. The FOB point is U.S. Army Research Laboratory, Adelphi, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A - Notice of Intent to Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 ROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.222-50 Alt I COMBATING TRAFFICKING IN PERSONS (MAR 2015) ALTERNATE I (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.227-7013 RIGHTS IN TECHNICAL DATA-NONCOMMERCIAL ITEMS (FEB 2012) 252.227-7015 TECHNICAL DATA-COMMERCIAL ITEMS (JUN 2013) 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA. (SEP 2016) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.239-7009 REPRESENTATION OF USE OF CLOUD COMPUTING (SEP 2015) 252.239-7010 CLOUD COMPUTING SERVICES (AUG 2015) 252.239-7017 NOTICE OF SUPPLY CHAIN RISK (NOV 2013) 252.239-7018 SUPPLY CHAIN RISK (NOV 2013) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) Full Text Clauses ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT (Reference: 52.216-1) CONTRACTOR MANPOWER REPORTING NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A DISTRIBUTION STATEMENT C GOVERNMENT INSPECTION AND ACCEPTANCE SUPERVISION OF EMPLOYEES WORK HOURS GOVERNMENT-CONTRACTOR RELATIONSHIPS APG-ADL-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015) [Local Adelphi Clause] ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS DD FORM 1423 - CONTRACT DATA REQUIREMENTS LIST 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION 252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATIONS 252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None. (xvi) Offers are due five (5) days upon posting, by 11:59pm EST to crystal.l.demby.civ@mail.mil with a cc to lindsay.n.sayers.ctr@mail.mil. (xvii) For information regarding this solicitation, please contact Crystal Demby, 301-394-5332, crystal.l.demby.civ@mail.mil and Lindsay Sayers, 301-394-2382, lindsay.n.sayers.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d2b37974c178acc88a1baa5454119d2)
- Place of Performance
- Address: US Army Research Laboratory, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04436819-W 20170317/170315235438-2d2b37974c178acc88a1baa5454119d2 (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 |