Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOURCES SOUGHT

99 -- INTEGRATED LIGHTNING INSTRUMENTATION SYSTEM

Notice Date
1/19/2007
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
White07-01
 
Response Due
2/28/2007
 
Archive Date
1/19/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting information about potential sources for NASA/KSC is hereby soliciting information about potential sources for an Integrated Lightning Instrumentation System at the John F. Kennedy Space Center. This Sources Sought Notice is only being used to gather market research for NASA/KSC to make a decision regarding acquisition strategy for the requirements described below: Please explain/describe: 1. GENERAL a. Scalable multi-channel data acquisition system capable of ?window? triggering from any of its inputs and capable of accommodating from 30 to 40 channels. b. IRIG-B time synchronization capability. c. Automatic trigger/record/re-arm sequence. d. Capability to record in segmented memory mode. e. Remote status/setup/configuration capabilities including capability to download waveforms remotely through Ethernet, check status, and reconfigure the system. 2. TRIGGERING a. Any input channel may trigger the acquisition (in case of multiple transient recorders, only the transient recorder(s) where transients are occurring is(are) required to trigger). b. ?OR? window triggering. Each chassis/scope has to trigger anytime of the signals being monitored leaves a predefined window. Windows are defined by high and low threshold levels. Windows for different channels on the same chassis/scope may be different. c. Segmented memory should allow for 10ms-20ms time segments with zero dead time between subsequent segments. d. System capable of recording up to 40 segments within two(2) seconds. No dead time between acquisitions. e. Capability to automatically skew the channels to compensate for different cable lengths. f. Pre-trigger capability of 20 to 50% of the segment. 3. ISOLATION a. Fiber optic links are required to bring signals from the field to the transient recorders inside instrumentation room(s). Fiber optic links will be required to transmit signals through different ?single mode? fiber lengths, with the maximum cable run of about 1000 meters through at least two fiber optic bulkhead connectors. b. Close-loop verification capabilities to allow end-to-end channel tests through the network. c. Fiber optic transmitters will be out on the field next to the sensors and subject to environmental requirements: estimated operating temperature from 0 to 70?C and vibration similar to Shuttle launch environment. d. Fiber optic receivers will reside in instrumentation rooms where vibration requirements may be less stringent and the temperature will be controlled. 4. SAMPLING a. Two types of measurements are expected, for which two sampling rates will be used: 20 to 25 Mega samples per second and 100 Mega samples per second, with analog bandwidths of 5MHz and 25MHz, respectively. b. Digitizers should have built-in anti-aliasing filters, whether they reside in the fiber optic transmitter or in the transient recorder. 5. DATA STORAGE a. Transient recorders should be capable to store at least 80 segments locally. 6. MISCELLANEOUS a. Instrumentation system has been classified as ?Safety Critical?, and as such, reliability information on the proposed data acquisition system shall be provided in terms of MTBF. b. System?s Ability to generate custom reports in .pdf format. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to _Sharon L. White/OP-CS-A (at above Office Address)_ no later than February 28, 2007. Please reference White 07-01 in any response. 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=76#123317)
 
Record
SN01215781-W 20070121/070119230125 (fbodaily.com)
 
Source
FedBizOpps 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.