COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS
66 -- WAVEFORM GENERATOR AND DIGITAL DATA OUT FOR ABRITRARY WAVE FORM GENERATOR
- Notice Date
- April 26, 2001
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- 3-175899
- Response Due
- May 10, 2001
- Point of Contact
- Jean M. Boylan, Purchasing Agent, Phone (216) 433-2140, Fax (216) 433-2480, Email Jean.M.Boylan@grc.nasa.gov
- E-Mail Address
- Jean M. Boylan (Jean.M.Boylan@grc.nasa.gov)
- Description
- 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). WAVEFORM GENERATOR QUANTITY: ONE (1) EACH TAKTRONIX MODEL AWG 520 ARBITRATY WAVE FORM GENERATOR PART NUMBER: TEKTRONIX AWG520 OR EQUAL AWG 520 OPT 3 QUANTITY: ONE (1) EACH OPTION 3, DIGITAL DATA OUT FOR TEKTRONIX AWG 520 ARBITRARY WAVE FOR GENERATOR PART NUMBER; TEKTRONIX AWG520 Salient Characteristics of Waveform Generator for Hybrid Hardware Testing: Clock Frequency: The unit shall operate with a minimum range of clock generator sampling frequency of 1.0 MHz to 1.0 GHz with 8 digits of resolution with internal clock accuracy of +/- 1 ppm. Internal Storage: (The unit shall have:) 7A minimum 3 GByte internal hard disk size for waveform storage; 7A minimum 3.5 in. 1.44 MByte floppy drive; 7A minimum range of 256 to 4,000,000 points available for waveform length output; 7A minimum range of 1 to 64,000 for the sequence counter for waveform repeatability Input Characteristics: (The unit shall respond to the following input stimuli:) 7Trigger with voltage range of +/- 10 V into 1 kilo ohm, and +/- 5 V into 50 ohm with positive or negative polarity; 7Trigger threshold levels of -5V to 5V; 7Trigger pulse width minimum of 10ns; 7Reference input clock with range of 10 MHz into AC coupled 50 ohm impedance; 7External input sample clock with up to 1 GHz frequency with nominal 50% duty cycle ratio and minimum input voltage of 0.5V peak to peak into AC coupled 50 ohm impedance; 7External programming from either GPIB or Ethernet interface. Internal Trigger Generation 7The unit shall have a minimum range of 1.0 microsecond to 10.0 seconds with resolution of 3 digits and accuracy of +/- 1%. Output Characteristics: (The unit shall provide) 7A minimum of two channels of single-ended signal output; 7A minimum resolution of 10 bits for the digital to analog converter with +/- 1 least significant bit non-linearity; 7Direct output voltage of 0.5 volts peak to peak as driven into 50 ohms; 7Emitter coupled logic (ECL) output clock; 7The ability to deliver up to 10 bits of digital data out from a range of -2.0V to +2.0V into 50 ohms and -4.0V to 4.0V into 1 mega ohm with 0.1V resolution; 7Gaussian noise distribution capability with up to -145 dBm/Hz of interference The unit shall have the following modes of operation: 7Triggered -- a single sequence of a predefined waveform occurs with event trigger from external or internal source; 7Latched or Gated -- a predefined waveform sequence occurs continuously with true input source and resets to beginning when true source changes to false; 7Continuous or free running -- a predefined waveform sequence continues free running; 7Programmable -- a predefined waveform is output according to a programmed sequence; Operating Characteristics (The base unit shall) 7Operate within standard USA line120 VAC and standard line 60Hz frequency; 7Operate in stand alone enclosure free fashion, requiring only standard line current and voltage; 7Require only standard connectors of BNC, SMB or SNA; 7Have a net weight of less than 50 lbs or 22 kg; 7Operate within a temperature 0:C to 30:C; Accessories (The unit shall be shipped with, as a minimum) 7All necessary user manuals 7All necessary programmer manuals 7Power cable for standard USA line voltage FAR 52.211-7 -- BRAND NAME OR EQUAL -- is applicable and incorporated by reference All prosprective contractors must be registered in the Central Contractor Register (CCR) database, prior to any award of a contract or purchase order. Register at http://www.ccr2000.com or by calling 888-CCR-2423 Contractors must provide their Cage Code with quotation. The provisions and clauses in the RFQ are those in effect through FAC 97-22. The NAICS Code and the small business size standard for this procurement are 334515 and 500, 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 shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by cob 5/10/2001 and may be mailed or faxed to Jean M. Boylan @ 216 433-2480 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. 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/ The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. 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. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-175899)
- Record
- Loren Data Corp. 20010430/66SOL003.HTM (D-116 SN50K4O2)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on April 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|