Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

70 -- DATA ACQUISITION SYSTEM SOL RFQ113440 DUE 122898 POC Alice J. Wilson, Contract Specialist, Phone (216) 433-2552, Fax (216) 433-5489, Email Alice.J.Wilson @lerc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#RFQ113440. E-MAIL: Alice J. Wilson, Alice.J.Wilson @lerc.nasa.gov. NASA/LeRC plans to issue a Request for Quote (RFQ) for: This notice 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). (1) Data Aquisition System with the following capabilities: (a) Store at least 16 analog channels at a sample rate of 10 Megasamples per second; per channel in transient memory, and a rate of 500 kilosamples per second; per channel when streaming continuously to disk. Shall be expandable to 16 analog channels with no reduction in sample rate per channel. (b) Store at least 8 digital channels at a sample rate of 10 Megasamples per channel in transient memory, at a rate of 500 kilosamples per second when streaming continuously to disk. Shall be expandable to 32 digital channels with no reduction in sample rate per channel. (c) Provide a real-time color display of at least 4 analog and 8 digital channels simultaneously. Real-time display modes shall include stripchart, oscilloscope, X/Y and FFT. (d) Provide a memory length of at least 400 milion samples per channel. (e) Provide an individual differential input amplifier for each channel of at least 1 MHz analog bandwidth. Input ranges shall be selectable from +/-10 mV to +/-50 V. (f) Provide selectable anti-alias filters on each analog channel of six-pole Bessel characteristics. (g) Provide an individual 14-bit analog-to-digital converter for each analog channel. (h) Provide automatic setup of span and offset for each analog channel based on the peak-to-peak input signals detected over a period of time. (i) Shall allow individual titles and engineering units scaling for each analog channel. (j) Shall be capable of recording data using an internal timebase up to 10 MS/s or an external clock signal of up to 1 MHz. (k) Provide triggering circuitry on each analog channel, with adjustable noise rejection, pulse detect/reject, glitch and dropout detection and delay-by-events selectable by channel. (l) Provide an isolated alarm output based on individual thresholds for each channel. (m) Record at a selectable slow sample rate, then accelerating to a selectable high rate upon a trigger event. Each trigger event shall include a selectable amount of high-speed pre-trigger samples and of high-speed post-trigger samples. (n) In the event that a trigger event arrives during the post-trigger time of the previous trigger, the system shall accept the additional trigger and acquire the user-set amount of additional post-trigger samples. (o) Use its full disk storage capacity as a pre-rigger circular buffer, continuously collecting data and retaining the most recent information while overwriting the oldest data. (p) Capable of playing back, performing measurements upon and exporting data from one recording while simultaneously making another recording. (q) Include an internal industry-standard Pentium computer which may be used by the operator to run any Microsoft Windows programs. Operation of any number of Windows programs simultaneously while recording and not interfere with data acquistion or triggering. (r) Provide standard interfaces for 10/100Mb Ethernet, SCSI-2, LPT1, Com1, Com2, external video, and at least two ISA slots. (s) Export recorded data in formats of ASCII, DADiSP, nCode, MatLab, Somat EASE, FAMOS, Dia, DATS,FlexPro, Nicolet Technologies WFT and TEAM, and Windows WAV. (t) Provide post-acquistion calculation of Mean, Standard Deviation, RMS, Maximum, Minimum, Time of Maximum, Time of Minimum, Period, Standard Deviation of Period, Frequency, Rise Time, Fall Time, Width, Top level, Base level, Duty Cycle, Preshoot, Overshoot, Area and Energy of any user-selected region including the entire recording. (u) Produce both single-page print output and continous plots to a stripchart writer. (v) Provide a 12 volt DC power output of a least 0.5 amp. The provisions and clauses in the RFQ are those in effect through FAC 97-07. The SIC code and the small business size standard for this procurement are 3571 and 1000, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Lewis Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135, 15 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Instructions to Offerors -- Commercial. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items. Questions regarding this acquisition must be submitted no later than 12/23/98. Quotations are due by 4:30 p.m. on Friday, December 28, 1998 to the address specified above and to the attention of the Contracting Officer. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). This procurement is being conducted under the Simplified cquisition Procedures (SAP).The Government intends to acquire a commercial item using FAR PART 12. This procurement is a total small business set-aside. See Note 1. The SIC Code and Size Standard are 3571 and 1000, respectively. The DPAS Rating for this procurment is DO-C9 . The anticipated release date of RFQ113440 is on or about 12/16/98 with an anticipated quote due date of on or about 12/28/98. All qualified responsible sources may submit a quote which shall be considered by the agency. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/LeRC Business Opportunities home page is http://procurement.nasa.gov/EPS/LeRC/class.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 12/16/98 (D-SN280970). (0350)

Loren Data Corp. http://www.ld.com (SYN# 0273 19981218\70-0003.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page