Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

C API Software for Pi Shurlok Engine Controller

Solicitation Number: RFQ-OH-09-00058
Agency: Environmental Protection Agency
Office: Office of Acquisition Management
Location: EPA/Ohio
  • Print
:
RFQ-OH-09-00058
:
Award
:
April 24, 2009
:
EP09C000136
:
$49,420.00
:
Pi Shurlok, LLC
:
47023 West Five Mile Road

Plymouth, Michigan 48170-3765
United States
:
Added: Apr 14, 2009 5:24 pm

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; quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-OH-09-00058 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This acquisition is unrestricted with a NAICS code of 541511 and size standard of $25,000,000.


Background: The U.S EPA's Clean Automotive Technology program conducts innovative research and develops advanced technologies that achieve ultra-low pollution emissions, increase fuel efficiency, and reduce greenhouse gases. This work is conducted at EPA's National Vehicle and Fuel Emissions Laboratory in Ann Arbor, Michigan. Through the program's development and demonstration of cost-effective technologies, it also encourages automotive manufacturers to produce cleaner and more fuel-efficient vehicles. The automotive technologies invented by the program include advanced-clean engines that efficiently use renewable and conventional fuels, and hydraulic hybrid vehicles.


EPA works cooperatively with industry and university partners throughout the United States to bring advanced automotive technologies from EPA's laboratory to market. EPA's industry partnerships are formalized through Cooperative Research and Development Agreements (CRADAs). Automotive manufacturers benefit from cost-effective use and leverage of government resources to research and evaluate environmentally friendly technologies. They also help accelerate development of new technologies with commercial value and gain a competitive edge in a highly competitive global market. EPA benefits from the shared expertise of its partners and through sharing the high upfront costs of technology development.


Statement of Work: The Contractor shall provide a C Application Programming Interface (API) that will allow existing EPA engine and chassis control code written in C to be ported to the Pi Shurlok G850 Engine Controller. The API must enable complete functionality of the hardware through the use of intuitive C function calls and compile-time scripts. The API shall be compatible with the Wind River Compiler. The API shall also generate all necessary output files to enable the programming and real-time calibration of the controls operations through CAN Calibration Protocol (CCP) using ATI Vision. EPA has already made a significant investment in Pi Shurlok hardware controllers and ATI Vision calibration interfaces and would like to maintain a consistent development platform across projects. The combination of hardware and API for controls development will need to support the actions of the Agency's CRADA partners, allowing for continued joint development of advanced engine technology and hydraulic hybrid drivetrains.


Work Description and Specifications (for Software Delivery):


Work consists of providing an API software program to interface with hardware controls.


The software delivery will contain the following:


1) C libraries and the associated header files, some source files where customization is needed.


2) All Makefile and Python tools required for the build


3) Sample applications exercising all functions in the API


4) Documentation of the C API


The supported targets will be all Pi Shurlok G850 hardware. The supported features will be:


1) Basic operating systems functionality


    a) Boot


    b) Scheduler


2) Reprogramming


3) Calibration - Read & Write Support via CCP


    a) C Integer & Floating Point Values


    b) C Pointers & Data Arrays - including 1-D and 2-D Maps


    c) Items Contained within C Structures and Unions


4) Access to timed I/O functionality


    a) Analog input


    b) Analog output


    c) Digital input


    d) Digital output


5) Access to angular I/O functionality


    a) Configuration of engine parameter


    b) Analog output


    c) Digital output


6) Communication


    a) Access to CAN functionality


    b) Support for the J1939 protocol


7) Access to Flash Memory


Delivery and Commissioning:


The API software shall be delivered to USEPA National Vehicle and Fuel Emissions Laboratory, 2565 Plymouth Road, Ann Arbor, MI 48105, within 75 calendar days after the date of award. Concurrent with software delivery, the Contractor shall provide on-site support as necessary to demonstrate that the software meets all requirements identified in this Statement of Work.


The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows:


1) Project Approach: Offerors shall include sufficient information to demonstrate that they understand the Statement of Work requirements and have the ability to develop software which will meet or exceed those requirements.


2) Experience: Offerors shall identify at least three recent contracts under which the offeror successfully developed software that is comparable to this proposed EPA contract. These references shall include the name of client, client's contact information (name, phone number, and email address), contract value, and description of the software which was developed.


3) Price


The Government intends to award a contract on a best value basis to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The non-price evaluation factors of Project Approach and Experience, when combined, are approximately equal in importance to price.


Offers shall provide sufficient detail to demonstrate that the services offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote. This clause may be found on the Internet at the following site: http://acquisition.gov/comp/far/index.html. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Offerors shall submit their quotations no later than 3 PM EDT on Tuesday, April 21, 2009 to the Contract Specialist, Brad Heath, via email at heath.brad@epa.gov. Questions or comments may be directed to the Contract Specialist, Brad Heath, at (513) 487-2352 or via e-mail.

:
26 West Martin Luther King Drive
Cincinnati, Ohio 45268
:
USEPA National Vehicle and Fuel Emissions Laboratory
2565 Plymouth Road
Ann Arbor, Michigan 48105
United States
:
Brad Heath,
Contract Specialist
Phone: (513) 487-2352
Fax: (513) 487-2107