SOLICITATION NOTICE
59 -- PRESSURE SENSOR TOOL AND SOFTWARE
- Notice Date
- 4/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334414
— Electronic Capacitor Manufacturing
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA0846828Q-EMS
- Response Due
- 5/9/2008
- Point of Contact
- Elizabeth M. Sanchez, Contract Specialist, Phone 650-604-5053, Fax 650-604-0932, - Justin C. Pane, Contracting Officer, Phone 650-604-5621, Fax 650-604-0932
- E-Mail Address
-
elizabeth.m.sanchez@nasa.gov, justin.c.pane@nasa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/ARC has a requirement for: five pressure sensing matrix sensors selected fromat least three sensor models; one Computer Interface Adapter compatible with the selectedsensors; and one Sensor software package for processing, displaying, storing andmanipulating sensor data from each of the selected sensors. The following are minimumrequirements:Sensors: Each pressure Grid Sensor shall consist of a 2-D grid of pressure sensor elementsthat can be inserted between two normally mating surfaces to measure the relativepressure distribution that will occur, due to any uneven surface contact when these twosurfaces are pressed together.The pressure sensing area shall consist of a thin (less than or equal to 0.005inch), flexible material, capable of flexing in any direction with a bend radius fromflat to as small as 0.5 inches.Each pressure sensing matrix shall consist of a 2-dimensional array of pressuresensors of varying row x column elements sizes.Each pressure sensing area, including the perimeters where the connecting wiresrun, shall not exceed a pad thickness if 0.005 inch, 0.001 inch.Pad active surface thickness, at each sensor element, shall not vary more that0.0005 inch, from element to element.Each sensing element on each sensor shall be capable of measuring pressure over arange of 0 to 5 inches Hg with a resolution of at least 8-bits and with an accuracy of atleast 3% of the set operating range. Shall be flat to <0.005 inch over all its area except where the sensorconnects to the interface adapter connector.Shall be a multiple reusable type sensing tool.Non-active wire region leaving the active area and going to the sensorsconnector shall have a thickness <0.003 inch.Pressure readout shall be through an electronic interface having a USB-2.0connector to a Windows XP sp2 compatible computer (computer and Windows XP will befurnished by the Government) running software provided by the sensor manufacturer.Contractor shall be able to provide custom 2-D shaped patterns.Shall be capable of operation over a temperature range of at least 0 to +60 degC.Minimum Sensor Physical Details are outlined in the attached document.Sensor Interface Adapter: A minimum of two interface adapters shall be provided thatwill interface a minimum of one sensor at a time, for each of the sensors purchased, to aWindows XP (sp2) compatible computer via a USB 2.0 port.Operating Range 1: Adjustable gain shall be provided by the system that will provide atleast one gain range at about 0 to 5 inches Hg, 1 inches Hg.Operating Range 2: Adjustable gain shall be provided by the system that will provide atleast one gain range below 0 to 5 inches HgOperating Range 3: Adjustable gain shall be provided by the system that will provide atleast one gain range above 0 to 5 inches Hg (but below 11 inches Hg). Sensor Support Software: Shall be capable of acquiring dynamic pressure data from the selected sensors.Shall display, in real-time, 2-D and 3-D images of the pressure distributionmatched to the pattern of each of the selected sensors.Shall provide the capability to record the acquired data as a movie and singlecapture images.Shall be capable of displaying the center of force and its trajectory.Software shall be capable of exporting the data file in ASCII file format forprocessing by 3-rd party software packages, such as Excel.Shall provide the capability to compare multiple tests measurements,simultaneously.Shall provide cursor position readout of pressure while sensor is dynamicallymeasuring pressures.Shall be fully compatible with Windows XP sp2 operating system computer.Shall include support for up to 4 USB-2.0 ports simultaneously.Shall be capable of simultaneously supporting additional sensors beyond 4sensors, to at least 6 or more this support may be as an optional purchase.Sensor System:Contractor shall supply any other needed hardware/software need forturn-key operation of the sensor system.Sensor System:Sensor system scan rate shall be capable of 50 complete sensor scans persecond.Labview 7.0 or newer: Contractor need not provide, but shall have Labview 7.0 or newercompatible drivers available for purchase.Sensor Calibration Tool: Shall be capable of calibrating all procured sensors over theranges of 0 to 15 PSI to 1% F.S. or better.This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. Offerors are required to usethe On-Line RFQ system to submit their quote. The On-line RFQ system is linked above orit may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.Questions regarding this acquisition must be submitted in writing (e-mail is preferred)no later than 4:00PM PST 09 MAY 2008. It is the quoter's responsibility to monitor thissite for the release of amendments (if any). Potential quoters will be responsible fordownloading their own copy of this notice, the on-line RFQ and amendments (if any).An ombudsman has been appointed - See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs link below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=baacdba18608d45bebf3384d0fe9bdaa&tab=core&_cview=1)
- Record
- SN01560116-W 20080426/080424215540-5f9a9c08fe2ba365a270cdf1ff1c1716 (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 |