Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2003 FBO #0591
SOLICITATION NOTICE

70 -- DATA ACQUISITION SYSTEM

Notice Date
7/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C42-008
 
Response Due
7/25/2003
 
Archive Date
7/11/2004
 
Point of Contact
Sandra A Brickner, Purchasing Agent, Phone (216) 433-6093, Fax (216) 433-5489, Email sandra.a.brickner@grc.nasa.gov
 
E-Mail Address
Email your questions to Sandra A Brickner
(sandra.a.brickner@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: DESCRIPTION: Qty: 1 each. Data Acquisition System, 8 analog Digitizer Channels: 5 Msample/s/ch, 16 bit, 16 Msample/ch Memory, Bridge Signal Conditioning TECHNICAL REQUIRMENTS: The data acquisition system shall have 1)8 Channel Single Slot VXI-C form factor card 2) All channels must have a 16 Bit Sigma Delta ADC 3) Sigma Delta ADC's must have an output (16bit) word rate of 5.0 MHz 4) Each channel must have 16 Mega Samples of DRAM data memory (not shared) 5) Each channel must have differential input, impedance of 2 Meg Ohms, 1 Meg from each leg to ground 6) Each channel must have software programmable full scale input ranges independently programmable for each channel from +/- 10mV to +/- 5V, 19 ranges, (nominal 3db steps) 8) Each channel must have flat BW response from dc to 1.1MHz +/-.1db @ 2.5M sample/sec. DC to 2.3MHz -3db @ 5M sample/second. 9) Linearity of +/- .05% of full scale 10) Each channel must have programmable constant voltage bridge conditioning. 11) Data System must be controlled by IMPAX-SD or IMPAX-SD-Lab 12) Must be a turn key system 13) On site installation and training. All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of a contract or purchase order. Register at http://www.ccr.gov . The provisions and clauses in the RFQ are those in effect through FAC 01-14. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334111 and 1000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00 P.M. EDT on 07/25/03 and may be mailed or faxed to NASA Glenn Research Center, ATTN: Sandra Brickner, MS 500-305, 21000 Brookpark Road Cleveland, OH 44135, FAX: 216-433-5489, and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. 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 All contractual and technical questions must be received via email to Sandra A. Brickner not later than 07/25/03. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to Government, with consideration given to the factors of proposed technical merit, price and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#106441)
 
Record
SN00369878-W 20030713/030711213821 (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.