Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628

NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001

58 -- FREQUENCY DOMAIN PROCESSOR WITH BUFFER MEMORY SOL 1-123-DLF.1212 DUE 071596 POC Lisa M. Harvey, Contract Specialist, 757-864-2444. Category 58 -- Frequency Domain Processor with Buffer Memory - SOL 1-123-DLF.1212 DUE 7-15-96 POC Lisa M. Harvey 804-864-2444 or e-mail l.m.harvey@larc.nasa.gov. The processor shall meet the following minimum specifications: 1. Input Signal Characteristics a) Bandwidth: 120, 60, 30, 15 Mhz b) Input Impedance: 50 ohms c) Input voltage range: 5 mv to 0.5 volts peak (Full-scale bipolar input). 2. Digitizer Specifications (A/D Conv. rate) a) Sample rate: 300, 150, 75, 37.5 Mhz b) Resolution: 8 bits. c) Linearity: 1.0 Least significant bit d) Record length (RCL): 32 to 4096 pts. 3. Timing Measurements: Burst interarrival time measurements (200 ns to 1.9 hrs.) with 21 bit resolution. 4. Validation - Frequency Domain: a) Secondary peak/Primary peak b) Doppler signal energy/Total energy spectra c) Visibility d) Amplitude e) Programmable validation ratio for each processing range. 5. Display - LCD Front Panel: a) Time domain data b) Frequency domain data c) Burst Rate d) Validation. 6. Triggering a) External: TTL level b) Analog: Coherent level detection with noise reduction filter. 7. Signal Processing a) Fast Fourier Transform b) Zero padding from RCL to 4096 c) Up to three selectable processing ranges d) Data throughput with Local Processing Mode and Parallel Output Port: 3300 bursts/sec. at 32 pt. RCL e) Accuracy: 0.1 percent of Nyquist frequency with full-scale noiseless sinusoidal input, 256 point RCL. 8. Physical a) Size (HxWxL): No greater than 7 x 17 x 15 inch to be compatible with existing government equipment. 9. Input Power a) 85 to 264 VAC, 50-60 Hz, 200 Watts. 10. Signal Output a) IEEE488 interface for data transfer, processor setup, and control b) High speed 16 bit parallel bus: 12 bit mantissa and exponent with data-ready and external inhibit. 11. 64K memory for frequency data. 12. 64K memory for interarrival time data. 13. IEEE, DMA transfer of binary data to computer capability. 14. IEEE, ASCII command and setup capability. 15. Coincidence control via external trigger input Processor SHALL BE COMPATIBLE WITH GOVERNMENT-OWNED Macrodyne FDP3107 processors and LVABI interface. Delivery shall be within 30 days. Quantity 2 Each. This notice constitutes a complete Request for Quotations (RFQ). No additional RFQ is available. This procurement is 100 percent set aside for small business concerns. This is a commercial item procurement, see FAR Part 12. FAR Clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 are incorporated by reference. Quotes may be mailed to NASA Langley Research Center, Mail Stop 126, Hampton, VA 23681-0001, or faxed to 804-864-7709, solicitation number must be cited in either case. The quote must be for the item(s) described above, contain a CERTIFICATION that the offeror is a small, small disadvantaged, or small woman-owned business, be FOB destination to this Center, include the proposed delivery schedule and discount/payment terms and warranty duration (if applicable), and be signed by an authorized company representative. Offerors should include their TAX IDENTIFICATION NUMBER (TIN). Quotes are due by 3:00 p.m. local time on 7-15-96. All timely quotes received from small businesses will be considered. Quotes must include adequate information and submittals to determine whether the proposed item(s) will meet the requirement described above. Product literature is recommended for technical information. Evaluations will be per line item, and award(s) will be for the best value to the Government, with price, technical, and past performance considered essentially equal. Award is anticipated within 7 days of the date quotes are due. This procurement is being conducted under the Simplified Acquisition Procedures. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Concerned parties may call the installation ombudsman Belinda Adams at 804-864-8989. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. Concerns, issues, disagreements, and recommendations which cannot be resolved by the installation ombudsman may be referred to the NASA Agency ombudsman Tom Luedtke at 202-358-2090. Before consulting with any ombudsman, interested parties must try to resolve their concerns with the contract specialist or the contracting officer. For solicitation requests/information, contact the point of contact (POC) listed at the beginning of this synopsis. (0180)

Loren Data Corp. http://www.ld.com (SYN# 0343 19960701\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page