|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163DIRECTORATE OF CONTRACTING, CONTRACTING DIVISION, BUILDING NUMBER 2102
B, FORT GORDON GA 30905-5110 58 -- WIDEBAND CASSETTE INSTRUMENTATION RECORDER/REPRODUCER SOL
DABT11-98-Q-0149 DUE 082198 POC Contract Specialist SUSANNE MEREDITH
(706) 791-1822 (Site Code DABT11) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This solicitation is a Request For
Quotation (RFQ), number is DABT11-98-Q-0149, for seven line items. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued. The Standard
Industrial Code is 3663. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-3. Part numbers and descriptions are from Metrum-
Datatape, Inc. of Huntsville, Alabama. To be considered for award,
offers of "equal" products must : (1) meet the salient, physical,
functional and other characteristics specified in this solicitation;
(2) clearly identify each line item by brand name and model number.
Complete technical description and product literature of the items
being identified shall be submitted with the offer and in sufficient
detail to evaluate capability. Descriptive literature or additional
information submitted after deadline for offers will not be considered
for evaluation. The government reserves the right to reject an offer,
if offer lacks sufficient information for evaluation. Offeror is to
enter its Commercial and Government Entity (CAGE) code and DUNS number
on its offer. Delivery is FOB destination Fort Gordon, Georgia. The
Instrumentation Recorder/Reproducer, DTR-8E shall be Year 2000
compatible. Line item 0001: DTR-8E, Wideband Cassette Recorder/
Reproducer,PN 639000-0001, 2 each; Line item 0002: Spares Kit, 1 each;
Line item 0003: Shipping Case, Reusable, PN 639070-0000, 2 each; Line
item 0004: Rackmount Kit with Slides, PN 639097-0001, 2 each; Line
item 0005: Technical Manual, PN 639213-0000, 2 each; Line item 0006:
Service Manual, PN 639214-0000, 1 each; Line item 0007: ST120 Blank
Tape, PN 631389-0010, 1 Box. Purchase description: The requiring
activity must provide support to specific collection organizations.
This requirement includes the reproduction and analysis of data
recorded on specific media. Compatibility with the collection media has
dictated the need for an instrumentation recorder/reproducer with
signal footprint, format and cross play compatibility with the DATATAPE
DTR-6 and DTR-8 equipment. Specific requirements use the DATATAPE DTR-6
and DTR-8 to record instrumentation signals on Super VHS tapes. The
Super VHS tapes are then provided to this organization for reproduction
and analysis of the signals recorded. Required Features: 1.(a). the
unit sought shall reproduce instrumentation data recorded on the
DATATAPE DTR-6 and DTR-8; 1.(b). shall record and reproduce analog
signals and/or digital data streams. The unit shall record/reproduce
analog signals in a frequency range of DC to 8 MHZ and digital data
with data rates up to 10 Mbits per second. The time base error shall be
within plus or minus 10 nanoseconds with a minimum signal-to-noise
ratio of 34 dB; 1.(c). shall record/reproduce different types of data
with a minimum requirement of FM, PAM, PCM and NRZ; 1.(d). shall be
rack-mountable and provide control ports for interfacing to computer or
work-station for controlling recording or reproduction. It shall be
able to operate in a temperature range from 0 to 45 degrees centigrade
with a relative humidity of up to 80%, non-condensing . Control ports
shall include TTL, RS-232 and IEEE-488; 1.(e). shall exhibit a
signal-to-noise ratio of 34 dB Peak-to-Peak signal to rms noise; 1.(f).
shall come with an auto-stop at zero tape count; 1.(g). shall have at
least two auxiliary channels for recording time, event coding, and/or
voice annotations. Minimum bandwidth per auxiliary channel shall be 150
Hz to 20,000 Hz; 1.(h). shall have a wideband signal bandwidth of at
least DC to 7 MHz within 1 dB with signal down no more than -3 dB at 8
MHz; 1.(i). shall have at least a noise power ratio of 24 dB at 140
KHz decreasing to 14 dB at 7.6 MHz; 1.(j). shall have a record time of
at least 40 minutes on commercially-available ST-120 Super VHS and 60
minutes on ST-180 Super VHS cassettes; 1.(k). shall have wideband and
auxiliary signal output level of 1.0 V Peak-to-Peak, unity/variable,
12 dB to -12 dB, 75 ohms, unbalanced (within 1%); 1.(l). shall support
wideband signal input level of 1.0 V Peak-to-Peak, unity variable, 12
dB to -12 dB, 600 ohms, unbalanced (within 1%). Compatibility Testing:
2.(a). the contractor shall demonstrate signal footprint, format, and
cross play compatibility with the DTR-8. Potential alternate sources
shall submit an ST-120 Super VHS cassette as part of the quotation
package; 2.(b). the cassette shall contain two recording sessions. The
first session shall be created on the instrumentation
recorder/reproducer proposed and contain 120 seconds of no signal
followed by a series of sine waves. The series shall consist of a sine
wave at each of the following frequencies: 10 Hz, 50 Hz, 1 KHz, 100
KHz, 500 KHz, 1 MHz, 2 MHz, 3 MHz, 4 MHz, 6 MHz and 8 MHz, where each
constant frequencysine wave shall have a duration of at least 120
seconds. Peak-to-Peak signal excursions of the input sine waves shall
be 1 volt at the input port of the recording device; 2.(c). potential
alternate sources must also demonstrate the ability to record and
reproduce two auxiliary channels. On the ST-120 Super VHScassette tape
submitted per paragraph 2.(b) above, a series of four tones shall be
recorded on each auxiliary channel. The four tones shall be at 100 Hz,
1000Hz, 10,000 Hz and 20,000 Hz, with a duration of at least 240
seconds for each tone. Tone recording shall occur in conjunction with
the signal recording specified in paragraph 2.(b) above. Provisions and
clauses applicable are: FAR clause 52.212-1, Instructions to
Offerors-Commercial Items. Evaluation criteria for FAR clause 52.212-2,
Evaluation-Commercial Items is (1) price, (2) technical capability of
the equipment offered and (3) past performance. Factors are of equal in
importance to price. Offerors shall respond to FAR clause 52.212-3,
Offeror Representations andCertifications-Commercial Items, FAR clause
52.219-2, FAR clause 52.225-1 and DFAR clause 52.212-7000 and submit
with the offer. FAR clause 52.212-4, Contract Terms and
Conditions-Commercial Items; FAR clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items; FAR clause 52.232-33, Electronic Funds
Transfer of Payment Methods, DFAR clause 52.212-7001, and DFAR clause
52.243-7001. In accordance with Federal Acquisition Regulation
33-103(d)(4), an alternative agency protest forum for an independent
review at a level above the contracting officer is available to
interested parties. This procedure is published on the world wide web
at http//www.tradoc.acq.army.mil/parc/fpr.txt. Offeror must submit
remittance address, if different than mailing address. The contractor
must submit invoices prepared in accordance with FAR clause 52.212-4,
for Prompt Payment in quadruplicate to the following billing office:
DFAS-Lexington, Bluegrass Station, Vendor Pay Division, P.O. Box 14063,
Lexington, Kentucky 40512-4063. A pre-award survey may include
financial resources, ability to comply with schedule and purchase
description, past performance, past record of integrity and any other
qualifications or eligibility requirements for receipt of award.
Offeror is to provide two (2) references of government or private
industry contracts of a similar nature and identify the company's
financial institution to include name, point of contact, address and
phone number. References identified are to be for contracts three years
old or less. Offers with capability statements shall be received in the
Directorate of Contracting, Contracting Division, Building 2102-B, Fort
Gordon, Georgia no later than 2:00 p.m. local time on August 21, 1998.
Offers received in this office after time designated for receipt of
offers will not be considered. Delivery is required no later than
October 1, 1998. Faxed offers citing solicitation number
DABT11-98-Q-0149, ATTN: Ms. Meredith will be accepted at 706-791-8651.
Posted 08/18/98 (I-SN238486). (0230) Loren Data Corp. http://www.ld.com (SYN# 0317 19980820\58-0006.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|