Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2002 FBO #0385
SOLICITATION NOTICE

59 --

Notice Date
12/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
4200002333
 
Archive Date
12/20/2003
 
Point of Contact
Eunice M Adams, Contract Specialist, Phone (256) 544-0110, Fax (256) 544-6062, Email Eunice.Adams@msfc.nasa.gov - Artra C House, Contract Specialist, Phone (256) 544-3507, Fax (256) 544-2812, Email artra.house@msfc.nasa.gov
 
E-Mail Address
Email your questions to Eunice M Adams
(Eunice.Adams@msfc.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). This procurement is being conducted on a name brand or equal, basis. Proposed items must meet or exceed the specification contained in the item description. Item 1. Part number: SR830 (Stanford Research Systems) or equal - DSP Dual Phase Lock-In Amplifiers 2 EACH Specification for Lock In Amplifiers: ? Fully differential input (selectable). ? Maximum of 6 nV/?Hz of input noise at 1 kHz with an input impedance of 10 MW. ? The minimum full scale input voltage is 2 nV ? A current input amplifier with a switchable gain of 106 or 108 Volts/Amp. ? Line (50 Hz or 60 Hz) with 2x line filters to reduce line related interference ? Digital architecture to eliminate the need for input band-pass filters. ? Minimum 100 dB of dynamic reserve without input bandpass filters. ? DSP processor capable of performing at least 16 million 24-bit multiplications and additions every second. ? The input to be digitized at 256 kHz by a precision 18-bit A/D converter. ? Dynamic reserve, a key figure of merit for lock-in amplifiers, is a specification often mentioned by lock-in manufacturers without offering a precise definition. Where dynamic reserve is defined as follows: The dynamic reserve of a lock-in amplifier at a given full-scale input voltage is the ratio (in dB) of the Largest Interfering Signal to the full-scale input voltage. The Largest Interfering Signal is defined as the amplitude of the largest signal at any frequency that can be applied to the input before the lock-in cannot measure a signal with its specified accuracy. ? Time constants from 10 ms to 30,000 secs to be selected, with a choice of 6, 12, 18 and even 24 dB/oct filter roll off. ? For low frequency measurements (below 200 Hz), synchronous filters can be engaged to notch out multiples of the reference frequency. ? Phase shift capability: to be measured with 0.01? resolution and the X and Y outputs to be orthogonal to 0.001?. ? Direct digital synthesis (DDS) source with a maximum of ?80 dBc (capable of very low distortion) reference signal. ? Single frequency sine waves that can be generated from 1 mHz to 102 kHz with 4 1/2 digits of frequency resolution. ? Both frequency and amplitude can be set from the front panel or from a computer. ? Capable of using an external reference, where the synthesized source is phase locked to the reference signal. ? Two data displays configurable to show X, Y, R, q, Xnoise, Ynoise or either of the two aux inputs. ? Up to nine different instrument configurations storable in non-volatile RAM. ? Standard RS-232 and GPIB interfaces to provide communication with computers. All system functions monitored through the interfaces. ? Auto-functions to allow autonomous adjustment of parameters. ? Single key press to allow gain, phase, offset and dynamic reserve to be optimized. ? Allow any harmonic (2F, 3F, ... nF) up to 102 kHz to be measured without changing the reference frequency. ? User-defined output for measuring X, R, X-noise, Aux1, Aux 2 or the ratio of the input signal to an external voltage. A second user-defined output that measures Y, q, Y-noise, Aux 3, Aux 4 or ratio. ? X and Y analog outputs (rear panel) that are updated at 256 kHz. ? Two 16,000 point buffers to simultaneously record two measurements. Data can be transferred from the buffers using the computer interfaces. A trigger input is to be provided to externally synchronize data recording. Item 2. Part Number: SR550 (Stanford Research Systems) or equal - Remote Voltage Preamplifier 2 EACH Input Input impedance 100 MW + 25 pF Inputs Single ended or differential (selectable) Maximum input 250 mV rmS for overload 100 VDC, 10 VAC damage threshold Noise 3.6 nV/?Hz at 1 kHz (typical) 4.0 nV/ ?Hz at 100 Hz 13 nV/?Hz at 10 Hz Coupling AC, 100 MW, 0.1 mF Common Mode Range 1 Vp Rejection 110 dB at 100 Hz110 dB at 1kHz90 dB at 10 kHz Gain settings 1, 2, 5, 10 (automatically set by SR510 or SR530) Full scale sensitivity 10 nV to 200 mV Gain accuracy 2% (2 Hz to 100 kHz) Gain stability 100 ppm/?C General Outputs (A) single ended (600 W impedance)(B) shielded ground Maximum output 7 Vpp Power Supplied by SR510, SR530, SR810, SR830, or SR850 lock-in via connector cable. Mechanical 1.3" X 3.0" X 5.1", 1 lb. Warranty One year parts and labor on any defects in materials or workmanship The provisions and clauses in the RFQ are those in effect through FAC 01-07. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 221119 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 to MSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by January 10, 2003 at 3:30 p.m. local time and may be mailed,faxed or emailed to PS52-MMB/Eunice Adams, Procurement Office, MSFC, AL 35812, (256) 544-6062 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. 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/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-3. 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/ 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. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-21, 52-222-26, 52.222.35, 52.222.36, 52.222.37, 52.225.3 and 52.232.34. 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 Questions regarding this acquisition must be submitted in writing no later than January 7, 2003. Selection and award will be made (on an aggregate basis)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. 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 the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#103956)
 
Record
SN00228435-W 20021222/021220214047 (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.