Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

99 -- Multi-channel High-Speed Data Acquisition System

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-06-T-0760
 
Response Due
6/16/2006
 
Archive Date
7/16/2006
 
Description
Commerical Multi-Channel High-Speed Data Acquisition System shall consist of the following as indicated within this announcement. This is a combined synopsis/solicitation for commercial items in accordance with the format in 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. Request for Quotation: W15QKN-06-T-0760 This solicitation document and incorporated provision/clauses are those in effect on 3 January 2006 through Federal Acquisition Circular 2005-07. NAICS Code 518210, Size Standard $23M A notice of award, Std Form 1449, may result in a binding contractual action, without discussion or further action by either party. The right to conduct discussions is reserved. The device must meet or exceed the following specifications: Size: Volume shall not exceed one cubic foot; Weight: Weight shall not exceed 35 pounds; Unit shall be fully enclosed to facilitate transport between multiple on-site locations. Unit may rack mountable, but rack mounting shall not be required; The unit shall support the following input configurations: a. 16 Channels at 2 GSa/s each (non interleaved); b. 8 channels at 4 GSa/s each (2X interleaved); c. 4 channels at 8 GSa/s each (4X interleaved); Vertical resolution: Each channel shall have a minimum resolution of 10 bits; Analog input signal bandwidth shall be DC to 2.0 GHz minimum; Channel time base synchronization: All channels shall operate synchronously with respect to a master time base in all input configurations. Calibration and alignment of timing signals shall be automatic. No external cabling shall be required; The maximum phase offset between coincident samples on any two channels shall be: +/- 60ps MAX; The maximum jitter between coincident samples on any two channels shall be: +/- 30ps MAX; Input full scale range: The FSR shall have be adjustable from 50mv to 5V; Input Impedance: The input impedance of each channel shall be 50 Ohms +/- 1% at DC; Trigger: The unit shall accept a trigger from any of the 16 input ports or any one of two or more external trigger input ports. The trigger threshold and full-scale range shall be adjustable; Waveform memory: the unit shall have memory dedicated to each channel consisting of 256K point per channel in 16 channel mode at 2GS/s minimum. This memory shall allow for future expansion; The DAS shall include a Windows based Graphic User Interface (GUI) capable of consolidated command, control, viewing, recording and basic analysis of captured waveforms from all channels; The DAS shall include C/C++ drivers for Windows 2000 and XP, as well as drivers for National Instrument???s LabView and Mathwork???s MATLAB software; Timebase: the DAS sample clock shall be derived from either an internal or external 10 MHz reference frequency source. The internally generated time base accuracy shall be 2PPM MAX; Sampling Jitter: The Sampling jitter on any channel and in all configurations shall be less that 1ps RMS (for a 10 us acquisition); Delivery shall be made to: US Army RDECOM-ARDEC, Shipping and Receiving Bldg. 100, 2800 Powder Mill Road, Adelphi, MD 20783 within 30 days ARO, DODAAC: W81YJ0 TERMS: FOB Destination Inspection and Acceptance shall be performed by the Government Technical Point of Contact, Mr. Brian Mary, Tel. No. (301) 394-0775, or approved technical POC alternate, at Adelphi, MD via a DD form 250. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) provisions/clauses are applicable and are incorporated by reference: FAR: 52.211-15, 52.212-1, (Ques. for tech ??? are there any special, additional instructions to offerors?) 2, 3, Alt I, 4 & 5, 52.222-19, 21, 22 & 26, 52.232 -23, 33 and 52.252-2 DFAR: 252.201-7000, 252.204-7004 ALT A, 252.211-7003, 252.212-7000 & 7001, 252.225-7000, 7001 & 7002, 252.227-7015, 252.223-7003 and 252.243-7001 ARDEC: 46, 59, 68, 157, 163, 168 and 171 This order is rated DO-C9E under DPAS (15 CFR 700) Point of contact for this procurement Teresa Leap, (973) 724-4672. SEND OFFERS via electronic mail to tleap@pica.army.mil on or before close of business on 16 June 2006. Receipt of transmission by the Government is required by the Date and Time specified on this RFQ. If the offeror has not completed certifications and representations on Online Representations and Certifications Application (ORCA), they shall be required to submit a completed copy of FAR 52.213-2 and return it with their offer (can be provided under separate cover at the request of a potential offeror). The offeror who fulfills all features as delineated above and offers the lowest priced offer will be selected for award.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-06-T-0760)
 
Record
SN01060706-W 20060603/060601220912 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.