Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

59 -- Analog/Digital Converter

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 , NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017804R1082
 
Response Due
8/6/2004
 
Archive Date
10/6/2004
 
Point of Contact
XDS113 540-653-7478 Fax Number 540-653-7088
 
E-Mail Address
Email your questions to XDS113 is the POC for N00178-04-R-1082
(XDS11@NSWC.NAVY.MIL)
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil . While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO in unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The following is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and in accordance with Simplified Acquisition Procedures, FAR 13.5-Test Program for Certain Commercial Items, and supplemental 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 number is N00178-04-R-1082 and is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This requirement is a small business set-aside. The North American Industry Classification System (NAICS) code is 334519 with a size standard of 500 employees. All interested parties shall indicate their interest and capability with their fax quote at (540) 653-7088 which shall be considered by Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. The Government intends to purchase CLIN 0001: Analog/Digital converter, 1 system; in accordance with the following specifications. The data acquisition equipment will consist of modular cards that plug into a rack-mounted chassis. The system is controlled by comput er software. The requirement is for one chassis and 32 channels of data acquisition. Detailed specifications follow. 1. Chassis shall use the VXI bus and include at least 13 slots in a standard 19-in. rack mound. 2. Chassis shall include all necessary power supplies, airflow restrictor cards and chassis or computer interface cards. The procurement shall include the Firewire (IEEE 1394) card for chassis-to-computer interface. 3. The system must be expandable to at least 96 channels in a single VXI chassis. 4. Each data acquisition card shall contain at least 8 data acquisition channels. 5. Each channel must have 16-bit sigma-delta analog to digital converters (ADC) with an output word (16 bit) rate of 5 Mhz per channel. 6. Each channel must have DRAM memory for a minimum of 16 Mega samples. The memory must be dedicated to a channel and not shared. 7. Channel inputs shall be d ifferential with an impedance of 2 Meg Ohms. Each let is 1 Meg Ohm to ground. 8. Each channel shall be controllable by software running on MS Windows based computers. The control software shall be included with the system. Software functions include overall control of data acquisition card parameters, auto calibration, data review, post-processing, report generation and archiving. 9. Software shall control the input range of each channel from at least plus or minus 10 mV to plus or minus 5V in nominal 3 db steps. A maximum input of plus or minus 10V is desired, but not required. 10. Each channel must have flat bandwidth response from dc to 1.0 Mhz plus or minus 1db A 2.5 Msa/sec and DC to 2.3 Mhz plus0.3db at 5 Msa/sec. 11. Each channel must have linearity of at least plus or minus 0.05% of full scale. 12. Software shall include an automatic calibration routine that produ ces an accuracy of plus or minus 0.1% of full-scale plus or minus 50 microV after calibration. 13. Each channel shall have a buffered analog output signal capable of driving a 50-ohm load for backup recording. Any contractor submitting a proposal should provide product literature, that the proposed product meets the above specifications. All proposals shall include the following to enable the Government to make its award determination: a technical description of the items being offered in sufficient detail to evaluate compliance with the specifications listed above. This may include product literature, data sheets, and/or other documents, if necessary. Award decision shall be based on an offer that meets the above specifications; that can meet the Government?s required delivery date; and that have a reasonable overall evaluated price for the system. Although price will be e valuated, it will not be the determining factor in the Government?s award decision. Technical capabilities and delivery are significantly more important to the award decision. The contract shall be a firm fixed priced contract. Delivery shall be made 60 days after receipt of contract award to Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia. FOB Destination shall apply. PROVISIONS/CLAUSES: FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this solicitation and is hereby incorporated by reference. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in de scending order of importance: Technical capability of the item offered to meet the Government?s requirements, price, and past performance. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b) 1, 5, 7, 14, 15, 16, 17, 22, 24, and 30. The provision at DFAR 252.212-7000, Offeror representations and certifications-Commercial items applies with the requirement that offeror?s provide a completed copy with their offer. The provisions at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable with the following provisions of subparagraph (b) thereof indicated as applicable: 252.225-7007, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, and 252.247-7024. The following DFARS provisions are applicable to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.225-7017 Prohibition on Award to Compa nies Owned by the Peoples Republic of China, DFAR 252.225-7006 Buy American Act-Trade Agreements- Balance of Payments Program Certificate, and DFAR 252.211-7003 Item Identification and Valuation. Offer is due 06 August 2004 no later than 2:00 p.m. (local NSWCDD time). Electronic quotes are encouraged at XDS11@nswc.navy.mil, but quotes may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS113 Bldg. 183, Room 102, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100. The Naval Surface Warfare Center, Dahlgren Division, has implemented Electronic Commerce (EC) in the acquisition area; therefore, the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web site to ensure that they have downloaded all amendments. Anticipated award by 20 August 2004.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00629746-W 20040725/040723212715 (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.