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