Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

66 -- Strip Chart Recorder/Workstation - MS Word Combined Synopsis/Solicitation

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
1300132317
 
Archive Date
9/29/2009
 
Point of Contact
Ryan M. Cowne, Phone: 3017578987
 
E-Mail Address
ryan.cowne@navy.mil
(ryan.cowne@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Microsoft Word Combined Synopsis Solicitation. Combined Synopsis Solicitation PR # 1300132317 Strip Chart Recorder/Workstation The Naval Air Warfare Center – Aircraft Division (NAWCAD) has developed a requirement set for a Strip Chart Recorder/Workstation for the Propulsion Systems Evaluation Facility (PSEF). This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR Part 13.5 and Subpart 12.6 as supplemented with additional information included herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The provisions at FAR 52.212-1 and 212-2 apply. FAR 52.212-4 and 52.212-5 (Deviation) will be included in any award resulting from this notice. Full text for these FAR provisions and clauses may be accessed at http://farsite.hill.af.mil/ In accordance with FAR 19.5, this acquisition is under NAICS code 334515 – Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. Contractors must provide demonstrative evidence that the product meets requirements. MERELY STATING SO IS INSUFFICIENT. DESCRIPTION/SPECIFICATION/STATEMENT OF WORK Propulsion Systems Evaluation Facility Strip Chart Recorder/Workstation A. Background The Propulsion Systems Evaluation Facility is upgrading the testing capability in the Rotor Spin Facility (RSF). The RSF consist of four test chambers for conducting T&E of gas turbine engine rotating components. Each test chamber control system requires a strip chart recorder/workstation for real time display of critical operating parameters for test article monitoring and tracking of test progress and the protection of RSF equipment and test article. B. Technical Requirements CLINDescriptionQty 0001 Strip Chart Recorder Salient Characteristics: a.Rack mountable in a standard 19” rack b.Ruggedized for industrial applications (humidity maximum - 95% non-condensing, temperature maximum – 100O F) c.Electric power – 120 VAC, 60Hz d.Performance 1)The chart recorder shall be configurable from the front panel. Remote configuration and display from host PC (Navy provided) is desirable. 2)Input Capability – The recorder shall have the capacity to install at least 16 differential analog data inputs 3)100 BaseT or better Ethernet port for connection to host PC 4)USB port for data transfer to external hard drive/memory stick 5)External, user defined, trigger(s) for data recording 6)Ability to review previously captured data on display screen while continuing real time data recording/printing e.Color Display 1)Integrated LCD flat panel display 2)Viewing Area (minimum) – 17 inches diagonal 3)Resolution – 1024 X 768 or better 4)User configurable display layout for each trace f.Integrated Chart Recorder Printer 1)Chart paper width – 16” minimum 2)Print Speed Range As slow as 1 mm/min or slower As fast as 100 mm/sec or faster 3)Resolution - 300 dpi resolution or better 4)Paper – Paper reservoir capable of continuous operation for at least 10 days at a print speed of 5 mm/min without paper replacement 5)User configurable chart layout for each trace 6)Time & date on printout4 FIRM FIXED PRICE (FFP); FOB DESTINATION: Patuxent River, MD, $______________ Unit Price $______________ Total Price DELIVERY _______________ Weeks ARO 0002 Signal Conditioning and Data Capture Salient Characteristics: 1)At least 8 differential signal inputs 2)Maximum rated input - ± 40 Volts or greater 3)Net Bandwidth - 15 kHz or greater 4)Automatic calibration to either an internal or external signal source 5)Adjustable Low Pass signal filtering Min - 1 Hz or lower Max - 5000 Hz or higher 6)Sampling rate – At least 100 kHz for each input channel, simultaneously 7)Data capture & storage –At least 16Mb RAM with auto-archive to the internal hard drive 8)Data stored with time stamp and header information4 FIRM FIXED PRICE (FFP); FOB DESTINATION: Patuxent River, MD, $______________ Unit Price $______________ Total Price DELIVERY _______________ Weeks ARO 0003Input Connector Adapter – Each analog signal input should be compatible with coaxial cable with a BNC connector.4 FIRM FIXED PRICE (FFP); FOB DESTINATION: Patuxent River, MD, $______________ Unit Price $______________ Total Price DELIVERY _______________ Weeks ARO 0004 Data Storage Hard Drive Salient Characteristics: 1)The data archiving hard drive shall be internally mounted 2)Capacity ≥70Gb 3)Storage format shall allow for on-screen review, export to a PC, and printing of historical data.4 FIRM FIXED PRICE (FFP); FOB DESTINATION: Patuxent River, MD, $______________ Unit Price $______________ Total Price DELIVERY _______________ Weeks ARO 0005 Analysis and Setup Software Salient Characteristics: 1)Software to be installed on a Navy provided PC operating under Windows XP. PC will be connected to chart recorder via Ethernet connection. 2)Software to provide capability to generate and store recorder configuration files on PC. File to be transferred to chart recorder via Ethernet connection. 3)Software shall be capable of reviewing previously captured data files stored on chart recorder 4)Software shall be capable of exporting data to common spreadsheet formats such as MS Excel. 5)Site License (At least 10 seats)1 FIRM FIXED PRICE (FFP); FOB DESTINATION: Patuxent River, MD, $______________ Unit Price $______________ Total Price DELIVERY _______________ Weeks ARO FIRM FIXED PRICE (FFP); FOB DESTINATION: Patuxent River, MD, $______________ Total Price all CLINs C. Deliverables All items are to be delivered to the PSEF building at: Patuxent River Naval Air Station. Address: PSEF, building 2360, 22229 Elmer Road, Patuxent River, MD 20670 PROPOSAL EVALUATION CRITERIA AND AWARD The Government intends to award a contract to the offeror whose proposal is deemed to provide the “best value” to the Government. Quotations will be evaluated based on the following factors: Technical, Price, Delivery, and Past Performance. All factors are of equal importance; however the Government reserves the right to make an integrated evaluation resulting in the best value to the Government, price and other factors considered. Award may go to other than the lowest price at the sole decision of the Government. TECHNICAL: Please provide commercial brochures/literature and specification sheets for the quoted Strip Chart Recorder/Workstation, and/or other information sufficient to show how the product meets or exceeds all of the Government’s technical requirements/specifications, as provided herein. PRICE: Please provide a Firm Fixed Price per each CLIN as indicated above in the Statement of Work including all discounts which may be applicable. Pricing shall include FOB Destination terms to NAWCAD, Patuxent River MD 20670. DELIVERY: Please specify a date for delivery, after receipt of a written purchase/delivery order. Delivery must be FOB Destination Patuxent River Naval Air Station Maryland. PAST PERFORMANCE: Please provide three prior contract or purchase order numbers; for recent, same or similar products sold. Include a customer end-user point of contact and phone number for each contract/purchase order record provided. The Government may evaluate general customer satisfaction with the product, on-time delivery, ease of warranty claims and any other information determined by the Contracting Officer regarding the Contractors ability to deliver a quality product. The Government reserves the right to obtain past Performance information from any source and not solely from the information provided by the Contractor. The Government reserves the option to contact the Activity/Organization to verify the information submitted and obtain Past Performance information from any source. ALL QUOTATIONS SHALL NOT expire for at least 120 days after submittal date. ALL QUOTATIONS SHALL INCLUDE A COMPLETED COPY of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The automated system for complying is called On-Line Representations and Certifications Application (ORCA), and is available at: https://orca.bpn.gov/login.aspx For additional information, see the ORCA FAQ sheet at: https://orca.bpn.gov/faq.aspx If the Contractor’s ORCA Reps and Certs are not available to the Government or not sufficiently completed on-line in ORCA, the Contractor must provide the individual completed Representations and Certifications as stated above. To receive an award from Department of Defense, contractors must be registered in the CCR database, available at: www.ccr.gov Notices: 1. Any award that may result from this solicitation will require the use of Wide Area Work Flow – Receipts and Acceptance (WAWF-RA or WAWF) which is an electronic form of invoice, receipt and acceptance. No paper invoices or paper receipt/acceptance procedures will be permitted. 2. We may award to one or none of the Offerors. We may award with or without discussions. 3. Any award that may result from this solicitation will require the use of Unique Item Identification and Valuation DFARS 252.211-7003. This requires that items with a value of $5,000 or more be marked with a Unique Item Identification Number. 4. Quotations should be submitted via common carrier such as FEDEX, UPS, or USPS for example, or by e-mail using PDF files. The Government is not responsible or liable for any lost or misdirected delivery by common carrier, postal office, e-mail, or any other method of delivery. It is the sole responsibility of the contractor to ensure their quotation has been received by this office by the closing date and contains ALL of the requirements as stated in this combined synopsis/solicitation. 5. Comments or questions should be submitted via e-mail. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300132317/listing.html)
 
Place of Performance
Address: PSEF building 2360 22229 Elmer Rd, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01937667-W 20090904/090903000739-8f3d8503a515b3a505e032e9506a8de2 (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.