|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar
Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 66 -- SIGNAL ANALYZER WITH OPTION RACK MOUNT SOL RFQ 70444 DUE 092797
POC Cynthia W Wills, Contract Specialist, (202) 324-5993 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
this notice. The announcement constitutes the only solicitation; quotes
are being requested and a written solicitation will not be issued. This
solicitation is being issued as a Request for Quotation (RFQ) #70444,
the provisions and clauses incorporated are those in effect through
Federal Acquisitions Circular (FAC) 90-46. This solicitation is under
the Simplified Acquisition Procedures (SAP) for Small Business-Small
Purchase Set-Aside -- The Standard Industrial Classification (SIC) Code
is 3825 and the Business Size Standard is 500 employees. This will be
a Firm-Fixed price contract. The Government intends to solicit and
negotiate on a sole source basis with Signal Processing Systems, 13112
Evening Creek Drive South, San Diego, CA 92128 for three (3) Dynamic
Signal Analyzer model SPS395. TheSPS395 requirement consist of the
following: (1) Signal analyzer must be compatible with existing Digital
Audio Corporation filters. (2) 32-bit Digital Signal Processing (DSP)
with 8MB memory, 1.44MB diskette drive, 1 GB hard drive, 32-bit host
processor. 8MB host processor memory, as well as a serial, a parallel,
and mouse port. (3) 4096 transform size with 1600 lines of resolution.
(4) dual channel capability including correlation and transfer
functions, as well as the ability to switch to two,four, six, or eight
channels. (5) time domain transient displays. (6) automatic cursor
tracking.(7) exponential averages with ensembles selectable from 1 to
999, in single integer steps. (8) Frequency range must be: a. single
channel, DC to 100kHh full scale in 1,2,4,5 sequence b. two channels,
DC to 40kHh full scale 1, 2, 4, 5 sequence. (9) DSP operation. 32-bit
40mHz floating point primary processor: 16 bit seconda ry processor for
each channel pair. (10) dynamic range.>80dB with 8 averages on 0.05
Vrms to 20 Vrms noise floor, >90 dB below full scale, 0.1 V to 20
v full scale. (11) real-time performance.>20kHz real-time rate on
dual channel operation (12) full scale voltage range. 0.01 Vrms to 20
Vrms in 1,2,5 sequence with autoranging. (13) input impedance. 1 MQ
shunter by less that 1 -- picofards. (14) input coupling. dc or ac
(-3dB@0.5 HZ.) (15) constant current power. 4 mA constant current, 24
V dc maximum, selectable each channel. (16) overload protection. 100 V
pk input on each channel. (17) triggering. Internal -- selectable for
any channel, single or repeat. External -- single or repeat. (18)
frequency resolution. 200, 400,800 or 1600 lines selectable. (19)
weighing functions. Rectangular, Hanning, Hanning, Harris flat-top,
exponential with variable tau and selectable offset. (20) Overlap
processing. Max overlap in real-time mode: selectable 0, 25, 50, 75, 90
or maximum for averaging or extended memory readout. (21) averaging
modes. Sum, Expo, Peak, +1, Swept sine frequency response. All
responsible sources may submit a quotation which, if timely received
shall be considered by the agency. Government will award to the
responsive, responsible offeror whose conforming to this solicitation
will be most advantageous to the government, price and other factors
considered. Warranty Period one year after acceptance -- FOB-
Destination -- Quantico, VA -- All bids shall be submitted to the
address listed above no later than 3:00 p.m., EDT, September 27, 1997,
and be clearly marked with RFQ #70444. The point of Contact for all
information is Mrs. Cynthia W. Wills, Contract Specialist, at the
address and phone number listed above. Bidders are hereby notified that
if your bid is not received by the date/time and at the location
specified in this announcement, it will be considered late/non
responsive. Each offeror shall include a complete complete copy of the
FAR provision 52.212-3 Offeror Representation and Certifications --
Commercial Item (Jan 1997); The following FAR provisions/clauses are
incorporated by reference and apply to this acquisition: FAR Provision
52.212-1, Instruction to Offerors Commercial Items (Oct 1995),
FAR,Clause 52.212.4, Contract Terms and Conditions-Commercial Items
(May 1997), and FAR Clause 52-212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(Aug 1996). Fax proposals will be accepted at (202) 324-8031.,
proposals must state name, address and solicitations number. Award to
be made on September 30, 1997***** (0255) Loren Data Corp. http://www.ld.com (SYN# 0426 19970917\66-0012.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|