Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

58 -- Wideband Recorders and Various Accessories

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DATM07-02-R-0026
 
Response Due
6/25/2002
 
Archive Date
7/25/2002
 
Point of Contact
Julie Silva, 928-328-6259
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(julie.silva@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The Request for Proposal (RFP) number is DATM07-02-R-0026 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-07 and Defense Federal Acquisition Re gulation Supplement (DFARS), 1998 Edition, current to DCN 2002-0531. This acquisition is being solicited using full and open competition. The anticipated contract will be a firm-fixed price requirements type contract. Performance period under the contra ct will be date of award through 30 September 2004. The Government is requesting quotes for wideband recorders and various accessories. All quantities cited herein are estimates only and the Government is not obligated to purchase any items upon contract award. Items will be ordered and funds will be obligated by issuance of delivery orders only. Delivery dates will be specified in individual delivery orders issued under the contract. It is anticipated that payment for orders issued under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their proposal. Contract award will be made on an all or none basis therefore offerors must quote on all of the following 18 Contract Line Item Numbers (CLINS) in order to be eligible for award. Quotes must include the unit price and total price for each item. CLIN 0001- 4 each Wideband Recorders in accordance with the performance specifications cited immediately following all CLINS; CLIN 0002 - 4 each Real-Time Data Transfer Board; CLIN 0003 - 4 each Real-Time Data Transfer Software; CLIN 0004 - 4 each Streamer (Playback) Unit; CLIN 0005 - 4 each Streamer Data Transfer Software; CLIN 0006 - 4 each Streamer Data Transfer Bo ard; CLIN 0007 - 4 each Carrying and Storage Case; CLIN 0008 - 4 each Rack Mount Adapter for 19 inch Instrumentation Rack; CLIN 0009 - 4 each Remote Control and Display Unit; CLIN 0010 - 4 each Video Board; CLIN 0011 - 4 each Interface Cables; CLIN 0012 - 4 each Desktop Interface Modules, PCI Ultra wide SCSI adapter card for host desktop PC; CLIN 0013 - 4 each Laptop Interface Modules, PCMCIA Ultra wide SCSI adapter card for host laptop PC; CLIN 0014 - 100 each Blank Advanced Intelligent Tapes (AIT) with M emory 25Gb; CLIN 0015 - 20 each Cleaning Tapes; CLIN 0016 - 4 each Channel Expansion Units; CLIN 0017 - 4 each Interface Adapter; and CLIN 0018 - 4 each Calibration Service. Performance Specifications for the recorders and options are: 1. SCOPE: Provid e a commercial data recorder and optional accessories for synchronous, multiple-channel recording and playback of wide band analog input signals. 2. REQUIREMENTS: 2.1 Channels. 2.1.1 The recorder shall synchronously record and play back at least four se parate analog input channels with a dynamic frequency range of at least 74 dB for DC to 150,000 Hertz. 2.1.2 Each channel shall independently accommodate signals of up to ?20 peak volts with at least four selectable (amplified or attenuated) lower range s cale settings. 2.1.3 An automatic over range indication to the operator shall result when the input level is beyond approximately 130% above or 130% below the selected range. Recorder performance shall meet all requirements for inputs within 130% below a nd 130% above the limits of the selected range. 2.1.4 Distortion at play back shall not exceed 0.02%. 2.1.5 Calibration settings shall be available for each channel to adjust signal offset and gain. 2.1.6 An additional channel shall be provided to synch ronously record, playback, and decode IRIG-B timing signals. 2.1.7 An additional channel shall be provided to record and play back voice annotations of label ed events. A standard microphone jack, internal speaker, and external speaker connector shall be part of the system. 2.2 Record and Playback. 2.2.1 The system shall perform power-on diagnostics and be fully functional to meet all requirements within 15 minutes of a cold start. 2.2.2 The system shall include automatic integrity verification of recorded data, recording error correction, and indication to the operator if errors are uncorrectable. 2.2.3 The system shall continuously record all channels non -compressed for at least two hours at maximum bandwidth on all channels. 2.2.4 Recording media for the system shall be compact, rugged, in wide use, and readily available commercially. No longer than 1 minute shall be needed to halt recording or playback , change media, and resume recording or playback. 2.2.5 Searches for recorded data shall be at least 64 times the normal recording speed with selectable search modes to locate data by at least the time of day recorded, an operator assigned marker, and by an assigned record number. 2.3 Controls. 2.3.1 Front panel controls shall be provided to configure and operate all functions of the recorder. All recorder setup and operation shall require no more than one operator and shall require no specialized tools or instruments. 2.3.2 One remote control interface shall be provided to configure and operate all functions of the recorder through a standard connector and commercial or user-developed software. The interface shall be a standard type in common usage su ch as an RS-232C, GPIB, or SCSI. If the provided interface is RS-232C, a second, optional, high speed interface shall be readily installable by our electronics technicians and shall be a type that is in standard use such as GPIB, SCSI, or TCP-IP network i nterface socket. 2.4 Display. The display shall provide at least the following information to the operator: Channel setup parameters including range, gain, offset, bandwidth, and output level; Channel monitoring parameters including channel identificati on, signal level, data record number/index, and IRIG-B time of day; Recording and playback parameters including tape speed and time remaining; Other indicators including input over range and recording error warnings or messages. 2.5 Environmental. The r ecorder shall operate reliably and provide full performance under the following conditions: Repeated blast overpressures of up to 1 psig; Vibration of 1 g at 200 Hz; Moderate levels of dust; Temperature 0 to 40 degrees C; Humidity 10% to 80% RH; Power 95 t o 130 VAC, 50 to 70 Hz, generator-supplied and distributed power services. 2.6 Physical. Weight shall be 25 pounds or less for ease of lifting and movement by a single operator; Width shall readily accommodate installation in a standard 19-inch equipment rack; Power cord with standard grounded plug shall be provided; Signal input and output connectors shall be a standard industry type; BNC type is strongly preferred for compatibility with existing systems and cables. 2.7 Safety. The recorder shall meet safety and electromagnetic compliance standards used in the U.S. electronics industry. 2.8 Documentation. 2.8.1 Each recorder shall include a complete set of operator and service manuals. Hardcopy manuals are strongly preferred. Otherwise, a CD-ROM ver sion of the manuals is acceptable. 2.8.2 Each recorder shall include a quality inspection, calibration, and compliance certification report to verify that the unit was checked and met advertised specifications and regulatory standards. 2.9 Options. 2.9 .1 Optional high-speed data transfer and system control interface shall be provided with common standard connector for communication with a personal computer. The interface shall allow real time and post-recording transfer of data to the PC at a rate equa l to or faster than the rate of data recording. The interface shall also enable full remote control of the recorder with the PC using commercial or user-develo ped software. 2.9.2 Optional Windows-compatible software package(s) to control the recorder, transfer data to or from a PC, and provide data reduction and analysis. 2.9.3 Optional rack mount adapter. 2.9.4 Optional handheld remote control and display uni t to provide control and display of all functions and indicators. 2.9.5 Other optional items such as formatted empty recording media, interface cables, channel expansion, NTSC video, or digital interface modules, and shipping and storage cases. The follo wing Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial Items (Oct 2000); FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999). Award will be made on a best value basis and the G overnment reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the Governments requirement, ii) price. Technical capability is considered by fa r the most important evaluation factor for this acquisition. Technical Capability will be evaluated using the following color code: GREEN: A proposal that demonstrates competence and exceeds in one or more major areas of the standard for evaluation; high probability of success; no significant deficiencies and only minor correctable weaknesses exist. BLUE: A proposal that meets in all aspects the standard for evaluation; good probability of success; no significant deficiencies and any weaknesses can be rea dily corrected. YELLOW: A proposal that fails to meet one or more aspects of the standard for evaluation; low probability of success; major deficiencies and/or significant number of weaknesses that may be improved or corrected through discussions. RED: A proposal that fails to meet the requirements of the standard for evaluation; proposal needs major revisions to make it acceptable. The three Technical Capability evaluation sub-factors to be evaluated are provided, along with the standards required for a Blue or Met rating and the relative importance of each sub-factor. Technical Sub-Factor 1 - Channel Count: To obtain a blue rating, proposals must demonstrate that the recorders possess the number of channels specified in paragraph 2.1 of the Performance Specifications. This sub-factor is more important than either Channel Types or Channel Performance. Technical Sub-Factor 2 - Channel Types: To obtain a blue rating, proposals must demonstrate that the recorders possess the types of channels specified in the Performance Specifications. This sub-factor is less important than Channel Count and more important than Channel Performance. Technical Sub-Factor 3 - Channel Performance: To obtain a blue rating, proposals must demonstrate recorder bandwidth equal to 150,000 Hz. This sub-factor is less important than either Channel Count or Channel Types. The three Technical Capability evaluation sub-factors when combined are more important than price. FAR 52.212-3, Offeror Representations and Certifications ? Co mmercial Items, Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3 are available upon request from the Contracting Officer. They may also be obtained on the web at http://www.yuma .army.mil/contracting/rfp.html. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Order ? Commercial Items (May 2002); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Oct 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); FAR 52.21 9-8, Utilization of Small Business Concerns (Oct 2000); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 20 02); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Specia l Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999); FAR 52.232-36, Payment by Third Party (May 1999). The following DFARS provision applies to this acquisition: DFAR 252.212-7000, Offerors Representations and Certifications ? Commercial Items (Nov 1995); all offerors shall include with their o ffer a completed copy of DFAR 252.212-7000. Copies of DFAR 252.212-7000 are available upon request from the Contracting Officer. They may also be obtained on the web at http://www.yuma.army.mil/contracting/rfp.html. The following DFARS clause applies to this acquisition: DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2002). Specific clauses cited in DFAR 52.212-7001 that are applicable to this acquisition are: FAR 52.203-3, Gratuities (Apr 1984); DFAR 252.243-7002, Requests for Equitable Adjustment (Mar 1998); DFAR 252.247-7023, Transportation of Supplies by Sea (Mar 2000); and DFAR 252.247-7024, Notification of Transportation of Supplies by S ea (Mar 2000). An addendum is incorporated into the solicitation to include FAR clauses: FAR 52.216-18, Ordering (Oct 1995), paragraph a. of clause 52.216-18 is completed as follows: a.) DATE OF AWARD THROUGH 30 SEPTEMBER 2004; FAR 52.216-19, Order Limita tions (Oct 1995), paragraphs a. b. and d. of clause 52.216-19 are completed as follows: a.) $50.00, b.) (1.) $50,000.00 (2.) $250,000.00 (3.) 7 DAYS, d.) 3 DAYS; FAR 52.216-21, Requirements (Oct 1995), paragraph f. of clause 52.216-21 is completed as follo ws: f.) 60 DAYS FOLLOWING CONTRACT EXPIRATION; FAR 52.247-34, F.O.B. Destination (Nov 1991). Any technical questions concerning this requirement must be e-mailed to Julie.Silva@yuma.army.mil on or before 19 June 2002. All offers shall be submitted to the U.S. Army Robert Morris Acquisition Center, Yuma Contracting Division, Attn: Ms. Julie A. Silva, AMSSB-ACY, Building 2100, Room 8, Yuma, Arizona, 85365-9106 no later than 9:00 A.M. MST, June 25, 2002. As a minimum, offerors shall include with their offe r the following information: (1) RFP number, (2) company name and address, (3) point of contact with telephone and facsimile numbers, (4) a completed copy of both FAR and DFAR representations and certifications, (5) price (to include both unit price and to tal price for each item), (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be accepted as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Julie.Silva@yuma.army.mil for notification of any amendments.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00092442-W 20020614/020613084811 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.