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 -- HIGH SPEED DATA ACQUISITION SYSTEM ? HSDAS - SIGNAL CONDITIONING

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
A3HSDASSIGNALCOND
 
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, 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 Conditioning units required for the High Speed Data Acquisition System (HSDAS). 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 HSDAS to Stennis Space Center. Interested parties shall indicate initial evaluation of compliance with the requirements stated below. The vendor is specifically requested to provide only the dynamic signal conditioning hardware, necessary interface equipment, and any software required to operate any signal conditioning equipment to meet the requirements specified within this document. Workstations shall be provided by the government. The vendor shall provide the necessary hardware and software to interface the workstations with the dynamic signal conditioning hardware. Salient characteristics the HSDAS 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; a minimum of 128 channels with a minimum spectral bandwidth -3 dB at 40 kHz; have its power chassis ground connected to the facility power ground bus; accept strain gages, dynamic pressure transducers, accelerometers, speed sensors, proximity sensors, and voltage inputs; have an uncertainty shall be less than or equal to 0.15% (TBR) of each channel?s full scale range; interface to the test data system communication network via an open standard data communication network (100 Mbit Ethernet) as a minimum; have its complete set of signal conditioning and digitization equipment located either at the Test Stand or within either Signal Conditioning Building located either on or near the Test Stand; provide outputs of dynamic instrumentation to the control and red-line system that has throughput of less than or equal to a 5 (TBR) milliseconds. Throughput time shall be defined as a step input at the analog input card (or memory location if acquired from a data stream) to the actuation of an output. The HSDAS signal conditioning equipment shall also meet the following environmental requirements: be capable of operating at humidity from 30% to 80% RH non-condensing; at temperatures ranging from +5 ?C to +40 ?C; be capable of being safely stored at temperatures ranging from -20 ?C to +60 ?C; meet MIL-STD-810E vibration requirements; and FCC Class A minimum Electromagnetic Interference (EMI) requirements. 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 pilot system to be available for testing? ? 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 single unit for parallel installation and comparison with an existing SSC dynamic signal conditioners and a subsequent order for all units required to support the A-3 Test Stand and the B-2 Test Stand (channel count is unknown at this time). Additional orders for units required to support installations at other test stands 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#127498
 
Record
SN01437981-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.