Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2016 FBO #5424
SOLICITATION NOTICE

59 -- Structural Dynamics Data Acquisition Hardware System - Statement Of Work

Notice Date
9/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17596332Q
 
Point of Contact
Carlos Roman, Phone: 2817928378, Rochelle Overstreet, Phone: 2814836768
 
E-Mail Address
carlos.roman@nasa.gov, rochelle.n.overstreet@nasa.gov
(carlos.roman@nasa.gov, rochelle.n.overstreet@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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 a solicitation only; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a structural dynamics data acquisition hardware system with at least 225 input channels and 4 source output channels. The delivered system must be able to be distributed in a master/slave configuration to a minimum of 7 different locations each separated by 100 feet apart. The intent of NASA Johnson Space Center (JSC) Structural Engineering Division (SED) is to locate the data acquisition hardware close to the test article to minimize sensor cable lengths, but locate the computer running the system and displaying data in a more remote location. The system must also be able to be re-configured in at least 3 separate and independent systems. A system architecture that consists of independent multi-channel modules that can be operated independently or assembled into a chassis is required in order meet the requirement to be re-configurable and portable. JSC SED's intent is to procure computers to run the system and any necessary internet routers/switches in a separate procurement. Any current hardware owned by JSC SED that is compatible with the proposed system can be counted as part of the proposed solution. The data acquisition software will include sensor and data acquisition system setup, real-time channel health and time history display and near-real-time frequency domain calculation and display, and time history data recording. Analysis software shall include Single Input Multiple Output (SIMO) and Multiple Input Multiple Output (MIMO) Frequency Response Function (FRF) analysis, Stepped-sine FRF processing, PSD, Octave Band processing, and include a means to automate the reporting of the analysis results. Software licensing must support 2 simultaneous users of data acquisition/display/recording capability, and a 3rd user for post-processing analysis. This licensing and the delivered hardware shall support a minimum of 2 independent and simultaneous tests. Any current software owned by JSC SED Team that is compatible with the proposed hardware can be counted as part of the proposed solution. The provisions and clauses in the Request for Quotation (RFQ) are those in effect through FAC 2005-89. The NAICS Code and the small business size standard for this procurement are 334516 and 1,000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to 2101 NASA Parkway Houston, TX 77058 (Building 420) is required by November 30, 2016 ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 PM local time on October 14, 2016 to Carlos Roman carlos.roman@nasa.gov and 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 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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. FAR 52.212-4 (June 2016), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6,, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-2, 52.225-3, 52.225-13, 52.232-33. 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 All contractual and technical questions must be in writing (e-mail or fax) to Carlos Roman at carlos.roman@nasa.gov no later than October 6, 2016. Telephone questions will not be accepted. Selection and award will be made to the best value trade-off to the government. Past performance and predefined value characteristics, when combined, are significantly more important than cost/price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Predefined value characteristics are as follows: 1. System shall be able to be combined with the existing Bruel and Kjaer LAN-XI Data Acquisition System modules from NASA MSFC to expand the system with time data sample synchronous acquisition capability in order to integrate into modal testing and other structural dynamics testing. 2. System shall be modular, portable, and re-configurable, meaning it can be deployed on a large test article in separate multi-channel modules to minimize sensor cable lengths, as well as be assembled in multi-module chassis sub-systems. Multiple independent systems can be assembled using different combinations of modules and chassis. 3. System hardware shall meet all the data acquisition specifications in SOW, including frequency response, dynamic range, noise floor, and phase matching. 4. System software shall meet all software requirements in the SOW including the data acquisition control, source control, data and system status display, data processing, and modal testing and analysis requirements. Offerors must include completed copies of the provision at 52.212-3 (July 2016), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0ed5ff06ba4ec45e923ff386b4adbb03)
 
Place of Performance
Address: 2101 NASA Parkway, HOUSTON, Texas, 77058, United States
Zip Code: 77058
 
Record
SN04288834-W 20160929/160927234555-0ed5ff06ba4ec45e923ff386b4adbb03 (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.