Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
MODIFICATION

66 -- Recording Device

Notice Date
9/10/2007
 
Notice Type
Modification
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S0AF7157B001-2
 
Response Due
9/14/2007
 
Archive Date
12/23/2007
 
Point of Contact
Rachel Cavanna, Contract Negotiator, Phone 661-277-8317, Fax null,
 
E-Mail Address
rachel.cavanna@edwards.af.mil
 
Description
Open Competition ? Combined Synopsis/Solicitation ? F1S0AF7157B001 This is a combined synopsis/solicitation for commercial items prepared IAW 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 is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and DFARs Change Notice (DCN) 2007-08-02. NAICS is 334112 with a small business size standard of 1000 employees. Solicitation is for commercial purchase of brand name or equal. This acquisition is open market. AFFTC/PKEAD, Edwards Air Force Base, CA is seeking potential sources capable of providing the following 3 items: Line 1: Disk-based recorder, DRS2100E-144GB-4A4D (Quantity - 1 each) Line 2: Controller, WS1-UPC-01 (Quantity - 1 each) Line 3: Cable, DRS-4PCM-CABLE (Quantity - 2 each) REQUIREMENTS: The disk-based recorder must contain two removable 144GB 10K RPM high-performance SCSI disk drives. The system must be configured with four analog input and output channels and four digital (PCM) input and output channels. Each analog input channel must be user-configurable for signal level, impedance, and sample rate (0.5 to 30 MSPS). Each digital channel must accept clock and data for PCM bit streams from 0 to 40 Mbps. The relative timing must be better than 1 microsecond and the absolute timing must be better than 10 microseconds. The recorder must also contain an internal MUX which must have the ability to support up to 12 analog channels and 12 digital channels simultaneously. The recorder must have a total aggregate rate exceeding 220 MB/sec in mirrored mode and exceeding 440 MB/sec in striped mode. The recorder must provide a built-in-test (BIT) function to confirm system integrity. The recorder must provide local operator control using an intuitive front panel (REC, STOP, PLAY) interface and remote control through a RS-232 serial port and 10B-T Web server. Additionally, the system must include user-friendly GUI control software hosted on a separate 1U rack mount PC. The PC software must provide a single point of control for all the functions of the recorder (setup/record/playback) as well as provide archive/restore and data product generation (import/export) support. The PC must connect to the recorder using supplied RS-232 and SCSI cables and the PC must support up to three (optionally provided) AIT-3 tape drives, up to three internal removable data disk drives (min 400GB), one read/writeable CD/DVD, and two Gigabit Ethernet network connections. To facilitate data exchange, the controlling PC must use data disks and disk carriers that are compatible with the WSI-1UPC-01. The controlling PC must also provide a network-based remote control capability using Windows XP remote desktop. The recorder must support both IRIG 106 CH10 data format and the Wideband Systems? internal proprietary data format. This disk-based recorder will be used in conjunction with existing Wideband Systems? recorders necessitating a compatible solution. Recordings have been made using the internal proprietary WSI format which mandates a Wideband Systems? recorder to reproduce the data. Only the Wideband Systems? recorders can create/reproduce the required proprietary data. The system must be provided with a one-year warranty which includes full Technical Support. All future software/firmware upgrades must be provided at no additional cost. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Delivery time is 6 WARO. The following provisions and clauses apply: NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/Reference-Number-F1S0AF7157B001-2/listing.html)
 
Place of Performance
Address: Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01401895-F 20070912/070910223636 (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.