Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

70 -- DATA ACQUISTION AND STORAGE SYSTEM

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-JR07
 
Response Due
4/26/2004
 
Archive Date
4/7/2005
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-04-R-JR07, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-21 and DFARS Change Notice 20040323. This The associated NAICS code is 334112 and the small business size standard is 500 employees. NRL requires a digital data recording and storage system for a high-speed VME-based data acquisition system. The system must interface to existing NRL Analog to Digital (A/D) modules. Key System Requirements: a. Capability for 5 simultaneous 32-bit snapshot channels; b. system shall acquire a one-second snapshot of the five channels, once every ten (10) seconds. This pattern repeats up to 8 hours, resulting in 2880 snapshots; c. Each data channel is derived from a dual NRL A/D card via a Front Panel Data Port (FPDP) interface. Sampling rates are either 1.25M Sa/sec across ten (10) 16-bit A/D outputs or 62.5M Sa/sec from five (5) 16-bit outputs. The 5 recording channels shall take data from either upper and lower 16-bit words selectable via software when in the high sample rate mode. Once the snapshot acquisition is complete, data must be transferred to disk storage in the 9 seconds between snapshots; d. VME64-X form factor for the data acquisition board, 6U height, 1-2 slots wide, 5V/6A max per board. 3.3V power is not available; e. External, stand-alone, 19-inch rack-mounted disk storage device with slide rails, 5.25 inch height maximum; f. Instantaneous snap shot size minimum is 125MB/channel; g. Total data storage requirement is 1.8TB; h. Access to the data storage shall be via 2Gb/s Fiber Channel as well as via Ethernet; i. Digital Interface shall be via 32-bit LVDS FPDP connector, interface, and protocol; j. The software for the system shall provide an API in both C and C plus programming languages for NRL developers to embed calls for controlling the recording and modes of operation; k. The 5 channels will be synchronized by NRL mechanisms. Specifically, NRL will use the FPDP DVALID signal to control the snapshot recording of data. All channels receive individual DVALID signals simultaneously during the snapshot. DVALID shall be active continuously for the one-second duration of the snapshot and will only be asserted after all the recorder channels have been started; l. NRL users shall be able to connect to and control the system via a frames-enabled web browser. The data recorder shall operate by a single START and STOP button on a single webpage. Clicking on the START button will cause the system to initialize and start the recorders for a new data run of snapshot recording. In this state, the recorder shall record data snapshots whenever the FPDP DVALID signals are asserted. When the data run is complete, the user clicks on the STOP button to cease data recording. API controls shall include, but are not limited to, the following items: 1. Format a disk, 2. Connect to a disk group, 3. Test the Recording Speed, 4. Free a Memory Buffer, 5. Prepare a transfer, 6. Get recording table info, 7. Get the name of the current disk group, 8. Delete a recording, 9. Get info from a recording, 10. Add a list of disks to a disk group, 11. Clear disks from a disk group, 12. Start and stop data transfers, 13. Write a header to a recording, 14. Provide and log Error Messages. Offerors shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 31 August 2004. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.227-7015. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm. See numbered note 1.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00561971-W 20040409/040407212748 (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.