Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2007 FBO #2155
SOLICITATION NOTICE

70 -- LOW SPEED DATA ACQUISITION SYSTEM - LSDAS - SIGNAL CONDITIONER UNITS

Notice Date
10/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
A3LSDASSIGNALCOND
 
Response Due
11/12/2007
 
Archive Date
10/19/2008
 
Point of Contact
Carol Burnside, Contract Specialist, Phone 228-688-1638, Fax 228-688-1141, Email carol.a.burnside@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Carol Burnside
(carol.a.burnside@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA, John C. Stennis Space Center has recently been selected as the test site for the construction of a new A-3 Altitude Test Facility. The new test facility will provide an altitude propulsion test capability which will enable the Constellation Program?s Exploration Launch Office?s J-2X Project Element to validate the performance of the J2-X engine for the upper stage of the new Ares I launch vehicle. The A-3 Altitude Test Facility will be constructed for long term altitude rocket propulsion testing at Stennis Space Center. While the construction of the A-3 Altitude Facility will involve a significant number of individual procurement actions this requirement is solely focused on the Signal Conditioner units required for the Low Speed Data Acquisition System (LSDAS). This pre-solicitation synopsis is to request industry feedback regarding the provision, testing, delivery, and site support of the Signal Conditioning units required for the LSDAS to Stennis Space Center. Interested parties shall indicate initial evaluation of compliance with the requirements stated below. The A-3 Low Speed DAS (LSDAS) provides two sets of 512 analog channels each. Additionally, each set is to contain a minimum of 512 discrete channels each. One set is dedicated to test article interfaces and located within the Signal Conditioning Building (SCB) located on the Test Stand. The other set is dedicated to facility interfaces and located within the SCB on the ground level. The LSDAS consists of equipment located at the test stand, in each SCB, and the Test Control Center (TCC). The SCBs house the signal conditioners, A/D converter multiplexer units, and Work Stations (WS) which have the ability to operate the LSDAS. The SCB WS connect to the TCC WS via a data network that is physically isolated from the Test Facility LAN. The TCC WS have redundant capabilities to the WS located in each of the SCBs. The LSDAS Signal Conditioners are to be procured with the necessary hardware to support the J-2X altitude testing at the A-3 Test Stand. Salient characteristics the LSDAS signal conditioning shall contain are automated calibration capability as close to the measurement transducer as possible; a method of performing these automated calibrations at predefined intervals without an operator presence; ability to operate continuously with minimal down-time for maintenance and repair; accept strain gages, static pressure transducers (with calibration resistors within the transducer), thermocouples, Resistive Temperature Devices (RTDs), voltage inputs, and current device inputs; have the instrumentation ground system connect to the facility instrumentation ground bus; have the power chassis ground connected to the facility power ground bus; have a system uncertainty less than or equal to 0.15% (? TBR) of each channel?s full scale range; be able to be located either at the Test Stand or within either Signal Conditioning Building (SCB) located near the test stand, approximately 3000 feet from the Test Control Center (TCC); capable of operating at humidity from 30% to 90% RH non-condensing temperatures ranging from +5 deg. C to +40 deg. C; being safely stored at temperatures ranging from ?20deg.C to +60deg.C.; meet MIL spec. MIL-STD-810E vibration requirements; capable of mounting in a standard EIA 19 inch rack; have an overall weight of 512-channel system not exceeding 200 lbs; input connectors shall be non-solder type connectors, keyed with positive locking provisions, and electrical contacts shall be made of non-oxidizing metal. Interested parties shall also indicate the following capabilities: ? Can the vendor develop a Requirements Verification Matrix (VRM) and a test procedure specifically addressing each requirement with intended methods of verification? The test procedure shall identify which requirements are being verified with each test and/or test setup. ? Can the VRM and test procedure be reviewed by NASA for adequacy? ? Can the vendor perform this test as its facility? ? What is the lead time for having a unit available to test? ? Can the equipment to be provided be modified to meet NASA's requirements? ? What would be the lead time for a 32 channel system as well as an additional 32 channel system? ? What would be a proposed delivery schedule for the production hardware? ? Is on-site training (at SSC) regarding how to use the products available? ? What are the standard terms for software maintenance? ? Does equipment comply with section 508 of the Rehabilitation Act of 1973 (Ref 36 CFR 1194) and NASA Procurement Information Circular: http://www.hq.nasa.gov/office/procurement/regs/pic05-01.html? ? Does equipment comply with FAR Part 23.4 and NPR 8530.1 ?Affirmative Procurement Program and Plan for Environmentally Preferable Products? and follow the Environmental Protection Agency (EPA) guidelines located at: http://www.epa.gov/cpg/products.htm? NASA SSC is considering the issuance of an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for an initial order of a set of 32 channels for parallel installation and comparison with an existing SSC data system, a second 32 channel set for parallel installation and comparison with an existing SSC data system as well as for Master/Slave type interactions if the vendor configures the units in a Master/Slave configuration, and a subsequent order for all remaining units required to support the A-3 Test Stand. Additional orders for units required to support installations at other test stands (up to 20) at SSC may follow. This synopsis should not be construed as a formal request for proposals but, rather a pre-solicitation synopsis requesting information under the authority of FAR 12.202. Responses to this request for information are not offers and cannot be accepted by NASA to form a binding contract. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. NASA does not intend to award a contract as a result of this Pre-Solicitation Synopsis but will use information obtained for market research analysis and to plan future procurements. NASA desires that those companies expressing an interest in the aforementioned synopsis provide a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; and professional and manufacturing resources. The SOC should also contain delivery lead times for units. The SOC shall not include any confidential business or financial information relating to specific companies. All prospective companies are reminded to direct their written electronic correspondence to the attention of Carol Burnside at carol.a.burnside@nasa.gov (cc to james.d.huk@nasa.gov). Those prospective companies shall have their electronic Statement of Capabilities submitted and received at Stennis Space Center no later than November 12th, 2007 at 3:00 pm in the afternoon local time (CST). Neither faxed nor telephone correspondence will be accepted.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#127497
 
Record
SN01437980-W 20071021/071019224454 (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.