Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2007 FBO #2168
SOLICITATION NOTICE

66 -- GROUND STATION SYSTEM RECORDER

Notice Date
11/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK08212569Q
 
Response Due
11/16/2007
 
Archive Date
11/1/2008
 
Point of Contact
Gina E Hudak, Contract Specialist, Phone 321-867-1274, Fax 321-867-4848, Email gina.hudak-1@nasa.gov - Janice M Nieves, Contract Specialist, Phone 321-867-3454, Fax 321-867-4848, Email Janice.M.Nieves@nasa.gov
 
E-Mail Address
Email your questions to Gina E Hudak
(gina.hudak-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for the following: 1. Ground Station System Recorder Quantity: 2 each Specification is as follows: Basic Functions: Data aggregate rate up to 1.6 Gbit/s playback and record. IRIG 106 Chapter 10 compliant. The system will have standard record and replay functions. The system will be a one box solution, integrating control, signal interfacing and media. The system will have a scalable architecture. All housings are mountable in 19? racks and on slides. The system will be controlled and accessed via Ethernet and front panel. Operating Modes: Data Types FM and PCM. All Input signals will be recorded in a CH 10 compliant, single file. The recorder will allow assignments of logical channels to physical channels i.e. it will playback and reconstruct recordings that have more channels than the playback unit physically contains. The recorder will support play from selected time and to selected time using the IRIG B time from a selected recorded session The recorder will support file copying between all device types that it supports. During data migration, the recorder will be capable of splitting individual recordings over multiple media (e.g. multiple CDs, DVDs, USB drives etc.) and in to multiple files. The recorder will import data split on to more than one media or file, reconstruct and process it seamlessly on play back. The system will support parallel record and replay. The system will support of shuttle playback between user selected end points. The recorder will tag recorded data with sequential data address and/or block number identification from the beginning to the end of the record session. The recorder will support play from and play to specific times or block numbers. The recorder will support loop or shuttle play operation using specific times or block numbers as start and stop points. Remote and Data Interfaces: The recorder will provide local and remote control. All of the control interfaces will indicate current hardware channel configuration. All of the control interfaces will indicate and configure individual channel and overall programmed aggregate data rate as well as all other software configurable interface options. All of the control interfaces will continuously indicate and update remaining record time, space left available on disk, and current packet or block. All of the control interfaces will report fault indication and assist in fault isolation. Channel status and overall system information and status. Time: Time data correlation will be to 100ns resolution. Data Format File System: Supports only IRIG 106 Chapter 10 The file system used to write data will be Windows based Different record sessions will have different <name> fields. The file creation date and time will reflect recorded IRIG B time and will be maintained during data migration to other media. The recorder will support playback of other IRIG106 Chapter 10 files. Enabling and disabling of channels for each of the 4 target recording devices most be possible. Other functions: The GSS will also support the following functions: Event setting Text Annotation Operate as a virtual endless loop continuously overwriting earlier passages of recorded data. Automatic backup function Integrated build in test and fault detection: The recorder will be capable of saving recording setups for future use and allow the user to assign file names to these setups. Data Channels: Digital Input/Output: The system must have at least eight channels that can record or replay at 30 Mbits/s PCM. Analog Input/Output: The system must have a least 4 channels that can record or replay at 10 MHz. Voice/IRIG B Input/Output: The system must have a least 6 channels that can record or replay a 200 kilo-samples per second for voice or IRIG-B recording. The provisions and clauses in the RFQ are those in effect through FAC 2005-20 All qualified, responsible sources may submit an offer which shall be considered by the agency. Please note to the CO if these items are on a Federal Supply Schedule. Delivery to NASA/KSC Transportation Officer JBOSC Warehouse Bldg M-6-744 Kennedy Space Center, FL 32899 Delivery is required within 30 days ARO. FOB Destination is preferred terms. Quotes are due by 4:30 PM EDT Friday, November 16, 2007, and may be submitted via mail, email, or fax to: Gina E. Hudak, NASA/Kennedy Space Center, MC: OP-LS, Kennedy Space Center, FL 32899; FAX: 321-867-4848 or Email: gina.hudak-1@nasa.gov. Quotes must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEP 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. Offerors must include completed copies of the provision at 52.212-3, ALT I, Offeror Representations and Certifications - Commercial Items (APRIL 2002) with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7 and 52.247-34. FAR 52.212-5 (SEP 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 ALT. I 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.52.232-33, and 52.246-15. NFS 1852.215-84, 1852.219-76, 1852.225-70, 1852.223-72, and 1852.237-73 are applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the based on best value to the Government, with consideration given to the factors of price and technical capability. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All contractual and technical questions must be submitted in writing (e-mail or fax) to gina.hudak-1@nasa.gov no later than 1:00 PM EDT Monday November 12, 2007. Telephone questions will not be accepted. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#127657
 
Record
SN01445022-W 20071103/071101224148 (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.