Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

59 -- DATA ACQUISITION SYSTEMS

Notice Date
5/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12434605Q
 
Response Due
5/23/2012
 
Archive Date
5/9/2013
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.NASA/GRC intends to solicit and negotiate only with the Small Business resellers of theBrand Name manufacturer under the authority of FAR 6.302-1 (c) - Brand Name. Thisnotice is being issued as a Request for Quotations (RFQ) for two (2) each DataAcquisition Systems that includes the following from National Instruments. Allquantities are 2 unless noted: 1) 779730-01 Data Acquisition Chassis - 19 in. Rack Mountable, Height 3U, 18 slot,Compatible with PXI/ PXI Express / CompactPCI / Compact PCI Express modules, Minimuminput voltage range 100 to 130 VAC 50/60 Hz, 12 Amp circuit breaker over currentprotection, at least 700 Watt available power, At least 1 GByte/sec dedicated bandwidth,Minimum operating temperature range from 32 to 120degF, 10 MHz & 100 MHz referenceclocks, cooling fan, To be compatible with and able to house all modules, communicationports, and CPU listed below. 2) 763000-01 120VAC AC Power Cord Minimum 6 ft. in length,3) 960903-02 Support, Ability to select system driver sets and application developmentenvironments to create a customized, re-orderable software configuration, System to befully assembled and tested in one box with software preinstalled, To provide three yearsof warranty coverage and calibration service. 4) 781478-01 Controller, CPU frequency1.73 GHz or higher, Windows XP Professional FES (for embedded systems) Operating System,Minimum 2 GB base DDR3 RAM, Minimum 120 GB serial ATA hard drive, Minimum 2 10/100/1000base TX Ethernet ports, GPIB / IEEE 488 controller, Minimum 1 RS232 serial port, Minimum1 parallel port, Minimum 2 high speed USB ports, Maximum 3U high, 4 slot wide PXI ExpressModule. 5) 781403-2048 RAM for controller, item 4, Minimum 2 GB additional DDR3 RAM. 6) 781901-01 1553 PXI Interface Module, 2 channel MIL-STD-1553 bus interfaces with fullerror injection and detection.7) 778572-66 Relay Module, 16 channel SPDT Form Cnon-latching electromechanical relay module, Minimum 125 volts, 5 amps, 60W/60VA switching rating, Initial DC contact resistance less than 1 ohm, Maximum switch time lessthan 5 msec, Contact material to be a gold clad silver alloy. 8) 778858-01 Industrial5V/TTL/CMOS digital I/O module, Minimum 96 bidirectional digital I/O lines, High-currentdrive (24 mA sink or source). 9) 779538-01 RS232 Serial Interface, Minimum 4 portisolated RS232 serial interface with DB9 adapters. 10) 779744-01 RS422/485 SerialInterface, Minimum 4 port isolated RS422/485 serial interface with DB9 adapters. 11) quantity is (4) each 781348-01 Thermocouple Input Module, Minimum 32 channel, 24 bitresolution, 80 Samples/sec, Accuracy better than 2degF for types K & N TCs between -100to 2500degF, Minimum 60dB 60Hz noise rejection, At least 15 Mohm differential inputimpedance. 12) 781346-01 Bridge Input Module, At least 8 simultaneously sampled analoginput channels, Minimum 25 kS/s/ch sampling rate, 24-bit ADC per channel, Antialiasfiltering, Software-selectable excitation voltage per channel minimum range 1 V to 10V, Built-in programmable quarter, half, and full-bridge completion & shunt calibrationper channel. 13) quantity is (4) each 781337-01 Analog Input Module, 8 channel, up to250 k Samples/sec/ch, 300Vrms ch-ch isolation, Programmable 10KHz/100KHz/bypass 2nd orderButterworth lowpass filter selection per channel, Minimum ADC 16 bit resolution, Softwareselectable measurement range to include + 1, 2, 5, 10 V, Full scale accuracy + 3 mV orless for 5/10 V range + 1 mV or less for 1/2 V range. 14) 778644-01 Front Rack MountKit, 19 in rack mount for item 1-chassis. 15)778644-02 Terminal Block for RTD input,item 23. 16) 782119-01 Shielded Connector Block, Shielded I/O connector block for100-pin digital devices. 17) 776990-01 Terminal Block for 8-Relay Module, item 7. 18) 778717-66 Terminal Block for Analog Input Module, item 13. 19) quantity is (4) each781338-01 Terminal Block for Thermocouple Input Module, item 11, Isothermal terminalblock.20) quantity is (4) each 781349-01 Terminal block for bridge input module, item12. 21) 781347-01 Cable assembly, 2 meter shielded 100-conductor cable, Terminates with100-pin 0.050 series D-type connector.22) 185095-02 GPIB Cable, MicroD25 to standardconnector shielded cable. 23)183285-02 RTD input module, 20 channels for PT100 RTDs;0.09 degC or better typical accuracy, 100 S/s/ch sample rate in high-speed mode; 1 S/s/chsample rate in high-resolution mode, 2-, 3-, or 4-wire RTDs supported, 0.9 mA currentexcitation source per channel.24) 782118-01PI PXIe-4357 RTD Input module.The provisions and clauses in the RFQ are those in effect through FAC 05-58.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 334515 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items(s) described above are due by Close of Business (COB) May 23, 2012to NASA Glenn Research Center, ATTN: Bernadette Kan MS 60-1, 21000 Brookpark Road,Cleveland OH 44135; and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-32 F.O.B. Origin, Freight Prepaid. (FEB2006), 1852.215-84 Ombudsman. (NOV 2011), 1852.223-72 Safety and Health (Short Form).(APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of SensitiveInformation. (JUN 2005)FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10 Reporting Executive Compensation andFirst-Subcontractor Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6Protecting the Governments Interest when Subcontracting with Contractors Debarred,Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies tocontracts over $30,000). (Not applicable to subcontracts for the acquisition ofcommercially available off-the-shelf items), 52.209-10 Prohibition of Contracting withInverted Domestic Corporatons(section 740 of Division C of Public Law 111-117, section743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law110-161), (52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a), 52.219-28 Post Award Small Business ProgramRerepresentation (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003)(E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL2010) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity forVeterans (SEP 2010) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers withDisabilities (OCT 2010) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons(FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Encouraging Contractor Policies to Ban TextMessaging While Driving (AUG 2011)(E.O 13513),52.225-1, Buy American Act - Supplies(FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign AssetsControl of the Department of the Treasury), 52.232-33, Payment by Electronic FundsTransfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than May 21, 2012. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable.The Center Ombudsman for this acquisition can be found athttp://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12434605Q/listing.html)
 
Record
SN02743946-W 20120511/120509235959-86e1af45f7c0950d422403b249ebad67 (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.