Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

70 -- LOW SPEED DATA ACQUISITION SYSTEM LSDAS SIGNAL CONDITIONERS AND DIGITIZERSFOR THE A-3 ALTITUDE TEST STAND AND B-2 TEST STAND AT NASA STENNIS SPACE CENTER

Notice Date
6/27/2008
 
Notice Type
Presolicitation
 
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
NNS08257126R
 
Response Due
8/26/2008
 
Archive Date
6/27/2009
 
Point of Contact
Michelle M. Stracener, Contract Specialist, Phone 228-688-1720, Fax 228-688-6024, - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141
 
E-Mail Address
Michelle.M.Stracener@nasa.gov, james.huk@ssc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
The NASA/SSC Office of Procurement intends to issue a Best Value Request forProposal (RFP) for the project entitled: Low Speed Data Acquisition System (LSDAS)Signal Conditioners & Digitizers for the A-3 Altitude Test Stand and the B-2 Test Standat NASA Stennis Space Center to be delivered to the John C. Stennis Space Center,Mississippi. The work for this requirement consists of, but is not limited to thefollowing: providing all labor, equipment, materials, training and installation andactivation support for Low Speed Data Acquisition System (LSDAS) equipment to supportJ-2X engine testing on the A-3 Test stand as well as potentially the B-2 Test Stand forAreas V Core Stage testing. The new LSDAS equipment for the A-3 Test Stand shall consist of one set of 512 analogchannels and an additional set of 288 channels, with the capability of expansion to 1024channels per set. One set will be dedicated to test article interfaces and locatedwithin the Signal Conditioning Building (SCB) located on the Test Stand. The other setwill be 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 TestControl Center (TCC). The SCBs house the signal conditioners, the digitizer /multiplexer units, including storage units, and Work Stations (WS) which have the abilityto operate the LSDAS. The SCB WS connect to the TCC WS via a data network. The TCChouses the redundant storage units and WS that have redundant capabilities to the WSlocated in each of the SCBs.The LSDAS Signal Conditioner equipment for the B-2 Test Stand is intended to consist ofone set of 1052 analog channels. This LSDAS will consist of equipment located at thetest stand hard core (a concrete enclosed structure separating the B-1 and B-2 TestStands), and the Test Control Center (TCC). The hard core will house the signalconditioners, the digitizer / multiplexer units, including storage units, and WorkStations (WS) which have the ability to operate the LSDAS. The Work Stations in thehard core will connect to the TCC WS via a data network that is physically isolatedfrom the Test Facility LAN. The TCC houses the redundant storage units and WS that haveredundant capabilities to the WS located in the hard core. The TCC WS are capable oftransmitting real-time engineering unit data to WS within the control room and outside ofthe test data communications system.FOB is destination. The government intends to issue subject Request for Proposal (RFP)under Commercial Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12and 13. The anticipated issue date of subject RFP is July 14, 2008 with an anticipateddue date of August 28, 2008. It is anticipated that this action will be issued asunrestricted (NAICS 334513 with size standard of 500 employees). All responsible sourcesmay submit a proposal, which shall be considered by this agency. An ombudsman has beenappointed. See NASA Specific Note "B". The solicitation (RFP) and any related documentswill only be issued electronically and may be accessed and downloaded at the NASAAcquisition Internet Service (NAIS) Business Opportunities website @http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal BusinessOpportunities (FedBizOpps) website @ http://www.eps.gov. The following file will beuploaded as part of this RFQ: NNS08257126R SF1449 RFP.doc. Offerors unable to accessthe solicitation at this address may contact the Contract Specialist for instructions. Offerors are responsible for monitoring this site for the release of the solicitation andany associated documentation or amendments and for downloading their own copy of thesame. All questions regarding this acquisition shall be submitted in writing to thisoffice not later than July 28, 2008. Multiple awards may be made from this solicitation. The resulting contract(s) will be in the form of a five (5) year Firm Fixed Price (FFP),Indefinite Delivery Indefinite Quantity (IDIQ) contract. The minimum and maximum numberof channels will be identified in the RFP. The Government reserves the exclusive rightto award to other than low offer on this "Best Value" procurement. The evaluationfactors for this procurement are in development and will likely include TechnicalCompliance, Past Performance, Cost and Schedule. The Specifications and Drawings will only be made available on CDROM. Requests for copiesshall be made by e-mail to the Bid Distribution Office: joy.g.dedeaux@nasa.gov. Allcontractual and technical questions must be submitted in writing via e-mail toMichelle.M.Stracener@nasa.gov.Telephone or faxed questions will not be accepted. *** Prospective offerors shall notify this office via email toMichelle.M.Stracener@nasa.gov of their intent to submit an offer. It is the offeror'sresponsibility to monitor the Internet site for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments (if any) and obtaining a copy of thespecifications/drawings via CDROM. ***As noted in the aforementioned paragraph a CDROM containing the specifications anddrawings may be obtained from the Bid Distribution office; however, the closing date forthe hard copy received shall be the same as the solicitation, inclusive of anyamendments, released on the Internet.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62021a2fc482d7f3b4c37c1cfaca7961&tab=core&_cview=1)
 
Record
SN01602868-W 20080629/080627220326-62021a2fc482d7f3b4c37c1cfaca7961 (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.