Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102

DOC; Mountain Administrative Support Center; Acquisition Management Division; 325 Broadway MC3; Boulder, CO

66 -- RACKMOUNT TOUCHSCREEN COMPUTER FOR USE WITH RF TEST EQUIPMENT SOL NT910-800060DT POC Doris Turner, Purchasing Agent, 303-497-3872; Fax: 303- 497-3163 E-MAIL: NOAA; MASC Acquisition Management, Doris.P.Turner@noaa.gov. The Institute for Telecommunications Sciences (ITS) at the National Telecommunications and Information Administration (NTIA) requires ten rackmount touchscreen computers that will be part of an integrated, computer controlled measurement system. ITS has built the measurement system for the FAA. Software has been written to perform specific measurements that are required by the FAA. The computers must support the same touchscreen interface syntax. The touchscreen must be a 19 inch rackmount computer with the overall height of the unit 10.5 inches and the height of the viewing screen at least 6 inches. The screen shall be a LCD color flatpanel standard VGA. The touchscreen shall use 1 com port and have resistive or capacitive (preferred) technology. The touchscreen shall have a pc com port interface whose power up defaults are 9600,n,8,1, with no hardwire handshaking required. The touchscreen coordinates shall be a on a Cartesian coordinate plane with the axes perpendicular. The x-coordinate shall increment to the right across the screen. The y-coordinate shall increment downward across the screen. The points shall be distributed linearly across the plane of the screen. The upper left corner of the screen shall have x,y coordinates of 350,500 respectively. The lower right corner of the screen shall have x,y coordinates of 3760,3560 respectively. The data shall be encoded as a six byte message. The first two bytes contain the x-coordinate in high-byte, low byte order. The next two bytes contain the y-coordinate in high-byte, low byte order. The coordinate data must be contained in the lower six bits of each byte. The contents of the fifth and sixth bytes can be anything. The coordinates are encoded in binary. The factory default configuration shall be the same as the Computer Dynamics computer. There shall be 2 ISA slots that do not have cards in them. The processor shall be a 486 or Pentium with at least 2 megabytes of RAM. There shall be 2 to 5 megabytes of non-volatile, non-powered flash rom which is configurable as a bootable drive. The entire unit shall be encased in a metal enclosure with maximum depth of 24 inches. The vendor shall provide a MSDos 6.22 license and software on 3.5 inch disks for each computer. The computer shall be capable of running MSDos 6.22. There shall be 2 slots in the outer case to allow the ISA card edge connectors to be accessible from outside the case. A power supply that uses 120 VAC and is sufficient to run the entire computer assembly shall be attached to the case. The following connectors shall be mounted on the back side of the unit: 1 keyboard, 1 printer, 1 com port (not including the touchscreen com port), 3.5" floppy drive ribbon cable connectors and IDE hard drive controller ribbon cable connectors. Interested sources proposing to supply an equivalent system must submit a written qualification statement clearly establishing capability to meet the above requirements within 15 days from the date of this synopsis. The qualification statements will be used to determine the need for competitive bids. In the absence of other qualified sources, it is the intent of the Government to negotiate a sole source contract under the authority of 41 U.S.C. 253(c)(1) with Computer Dynamics, 7640 Pelham Road, Greenville, SC 29615 as this source is considered to be the only responsible source and no other items will satisfy agency requirements. This announcement is being issued under the Simplified Acquisition Procedures, FAR Part 13 (NTE $100,000.00). The award decision will be based upon the best value to the Government, with technical merit and past performance being significantly more important than price. Terms and conditions and agency level protest procedures are referenced at http://netsite.esa.doc.gov. Responses are due by June 5, 1998 either via fax or mail. No RFQ package is available. (0140)

Loren Data Corp. http://www.ld.com (SYN# 0361 19980526\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page