SOURCES SOUGHT
66 -- DATA ACQUISITION SYSTEM
- Notice Date
- 4/2/2014
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND14480905R
- Response Due
- 4/21/2014
- Archive Date
- 4/2/2015
- Point of Contact
- Angela Stinchfield, Contracts Specialist, Phone 661-276-7128, Fax 661-276-2904, Email angela.t.stinchfield@nasa.gov - Robert Medina, Contracting Officer, Phone 661-276-3343, Fax 661-276-2904, Email robert.medina-1@nasa.gov
- E-Mail Address
-
Angela Stinchfield
(angela.t.stinchfield@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) is conducting market research and soliciting information from potential sources interested in responding to a future solicitation for the procurement of a Data Acquisition System (DAS) in the Flight Loads Laboratory (FLL) at AFRC.The purpose of this Sources Sought Notice is to determine the degree of interest in this requirement and solicit information that will enable NASA to better prepare a solicitation that will meet the Agencys requirements. This Sources Sought Notice is for information and planning purposes only, and shall not be construed as a solicitation or obligation by NASA. NASA AFRC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA AFRC Business Opportunities website. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. REQUIREMENT DESCRIPTION The objective of this requirement is to obtain a Data Acquisition System (DAS) for utilization in the FLL located at NASA AFRC to support NASA Aerospace Test Programs. This system is intended to replace the current DACS IV consisting of 4 sites with 2 expansion cabinets containing a total of 1,920 mechanical and thermal channels. The new DAS shall consist of 4 sites each containing 150 mechanical channels and 250 thermal channels. The base requirement shall consist of a complete system with DAS Data Base, DAS Recording Station, Calibration Station, and DAS1. The requirement will also consist of 3 separate options which the government may exercise in order to expand the system by 1DAS site each. The DAS must be modular and scalable in design to allow for augmentation of the system in an incremental manner. The system must also be mobile to allow its use throughout the FLL, AFRC, and other remote locations. The North American Industry Classification System (NAICS) code for this requirement is 334 Computer and Electronic Product Manufacturing / 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The general requirements are as follows: 1.The system shall comply with FCC Class A: Federal Communications Commission regulations for mainframe computers, sophisticated multiuser computers, and sophisticated engineering workstations. 2.The system shall guarantee that there will be no data loss with respect to acquiring data, converting, and recording to disk. There shall be no gaps (missing samples) in the recorded data. 3.The system shall implement a distributed measurement, display, and recording architecture approach. 4.The system shall have a modular and scalable design that allows for augmentation of the system in an incremental manner. This design shall permit the breakdown of a large channel count configuration into smaller independent modules and vice versa. 5.The system shall support synchronized data acquisition, conversion, and storage of data from remote location(s). 6.The system, at a minimum, shall read analog and discrete signals, convert them to a digital format, display acquired data in alphanumeric and graphical representations, and record to disk storage. 7.The system shall include a filtering capability that prohibits any measurable aliasing to occur. 8.The system shall have data storage capacity expandable to meet test requirements. 9.The system shall have a backup/restore and archive capability that will allow for unattended data backup to secondary storage and unattended restore from secondary storage to primary storage. 10.The system shall be capable of being configured, controlled, and operated as an isolated standalone system. 11.All system components will be available as options per this specification (racks, communications equipment, cables, connectors, etc.). 12.The system shall be composed of commercially available hardware utilizing an open architecture approach (e.g., PCI, VME, VXI, etc.). 13.The system shall include the integration of other industry standard data streams into the data acquisition, conversion, display, and recording process.These data streams shall be broadcasted User Datagram Protocol (UDP) packets via the Ethernet. 14.The system shall be able to operate integrated hardware using a single software application. 15.The software must be compatible with Windows 7, running on 64-bit processors. 16.A Failure Mode and Effects Analysis (FMEA) and Analysis Measurement Uncertainty Analysis document shall be delivered with the purchased system. The standard by which it was performed will be noted. 17.The system shall provide data integrity checks between all interfaces to verify that there was no data corruption from the origin to destination. 18.Calibration Station must provide a NIST traceable calibration of the Instrumentation Amplifiers and Signal Conditionings. It shall provide automatic configuration of input and output along with set-up of test equipment and channel under calibration. It shall include the calibration software that is Windows based.It shall include all hardware and cable sets required to perform automated calibrations for the equipment purchased. It shall archive and print the calibration report. The system must be mobile to allow its use at any test sites. SUBMISSION INSTRUCTIONS Offerors who can perform the effort described above should submit a capability statement that describes their abilities in detail. It is not sufficient to provide only general brochures or generic information. The statement (including any attachments) must not exceed 10 pages in length and the font size shall not exceed 12 points. Please submit the capability statement electronically, via e-mail, to the primary Point of Contact (POC) listed below, no later than April 21, 2014. Please reference NASA AFRC Data Acquisition System in any response, including your submittal. The capability statement should include the following information: Your companys point of contact, including name, e-mail address, mailing address and telephone number; number of years in business; average annual revenue for the past 3 years and total number of employees; companys government size standard/type classification (large, or any category of small business) and applicable NAICS code(s); DUNS number and cage code; supporting evidence in sufficient detail to demonstrate your companys ability to comply with the above requirements; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Please advise if the requirement is considered to be commercial or commercial-type services. These terms are defined in FAR 2.101. Any questions you may have are to be submitted via e-mail to the primary POC listed below, NOT through the telephone number indicated. DISCLAIMER This synopsis is for information and planning purposes only. It is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. NASA is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice; all costs associated with responding to this Sources Sought Notice will be solely at the interested partys expense. All submissions become government property and will not be returned. When providing a response to this synopsis, please keep in mind that the government has not made a final decision on requirements, small business opportunities, or type of contract for this effort. The information provided in this Sources Sought Notice is subject to change and is not binding on the government. This Sources Sought Notice does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This Sources Sought Notice does not commit the government to contract for any supply or service whatsoever. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition may be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/AFRC Business Opportunities home page is http://www.n asa.gov/centers/armstrong/business/Procurement/index.html. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND14480905R/listing.html)
- Record
- SN03326670-W 20140404/140402234416-aeca14c9af767bab75360043a1223f03 (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 |