Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1996 PSA#1723

Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280

66 -- INSTRINSIC VOLTAGE STANDARD MEASUREMENT SYSTEM SOL DAAH01-97-R-0043 DUE 120496 POC Contact Tim R. Kirkpatrick, Contract Specialist, AMSMI-AC-CFFA, 205/842-7331, Bob Gibson, Contracting Officer, AMSMI-AC-CFFA, 205/876- 4153. (PCF). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. (ii) The solicitation number DAAH01-97-R-0043 is hereby issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 90-41. (iv) This acquisition is restricted to HYPRES, Elmsford, NY. (v) DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: 1. GENERAL REQUIREMENTS: A voltage measurement system utilizing Josephson Array technology to measure DC voltage is required. The system must be supplied with all components and cables required to accomplish the measurement of voltage sources under test with the following exception. A 10 Mhz frequency reference with negligible error and stable DC voltage references will be the responsibility of the Army. The system must be capable of operation under control of the software NISTVolt 4.7 (or later revision). Additional software may be supplied at the option of the vendor. 2. RANGE: The system must be capable of measuring stable dc voltage in the range from -11 volts to +11 volts with a resolution not greater than 10 nanovolts. 3. UNCERTAINTY: The combined uncertainty (from all sources of error) of measurements produced by the system must be not greater than 200 nanovolts at ten volts nominal (calculated and displayed by NISTVolt 4.7). 4. STABILITY: The Josephson array with associated microwave and biasing components must be capable of operating at ten volts with an average stability of less than 20 spontaneous step transitions per data run (as reported by NISTVolt 4.7). 5. REFRIGERATION: Cooling of the Josephson array must be accomplished by self contained, closed cycle refrigeration (no external liquids or gases required). 6. COMPUTER AND SOFTWARE: The system must operate under the control of a peronal compputer (486 with SVGA monitor and Microsoft Windows operating system) supplied with the system. The software must provide as a minimum: a. User friendly menus or visual controls for system operation b. Error diagnostics to assist in problem resolution c. Analysis of measurement data with all known errors quantified d. A step transition counter to monitor stability e. A provision for storing and recalling data f. Graphical presentation of measurement results and measurement history. (NISTVolt 4.7 satifies the above requirements.) 7. PRINTER: A laser printer capable of single feeding, high resolution graphics, and quality reports will be provided for the purpose of printing permanent records of measurement results. Printer must be compatible with NISTVolt 4.7. 8. SCANNER: A scanner for switching at least fifteen voltage references under test will be provided with the system. The scanner must not contribute more than 50 nanovolts of thermal error to the measurement. 9. SYSTEM CONSOLE: A system console will be provided to mount the computer and other instruments in the system. 10. POWER: The system must operate from 120 and/or 240 VAC, 60 Hz voltage sources. 11. OTHER PERIPHERAL EQUIPMENT: Specification of other peripheral equipment and components (Digital Voltmeter, Source Locking Counter, Oscilliscope and Microwave components) are left to the discretion of the vendor provided all other requirements of this specification are met. 12. TRAINING AND DOCUMENTATION: On site demonstration and training must be provided after delivery of the system. Complete documentation of operating procedures, including the operation of the refrigeration system, must be provided to assist future operators of the system. (vi) All items shall be delivered within 9 months after contract award. Earlier delivery is acceptable and desireable at no additional cost to the government. Deliveries shall be made F.O.B. Destination to USA TMDE Support Group, Building 5435, Redstone Arsenal, Al 35898-5330. Inspection and acceptance shall be destination. (vii) The FAR provisions at 52.212-1, Instructions to Offerors-Commercial Items is applicable. (viii) FAR 52.212-2, Evaluation - Commercial Items is applicable. (ix) The offeror shall include a complete copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items. (x) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is applicable. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable. (xii) The offeror shall include a complete copy of the FAR provisions at DFAR 252.212-7000, Offeror Representations and Certifications - Commerical Items (xiii) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items is applicable. (xiv) DFAR 252.225-7006, Buy American Act--Trade Agreements--Balance of Payments Program Certificate is applicable. (xv) Bar code marking is not required. (xvi) Offers are due 4 Dec 1996, 2:00p.m. local time. The proposal must be signed by an official authorized to bind your organization. You must submit two (2) copies to: U.S. Army Missile Command, AMSMI-AC-CFFA/Mr. Tim Kirkpatrick, Redstone Arsenal, AL 35898-5280, Solicitation Number DAAH01-96-R-0043. The offer may be submitted on letterhead stationary and, at a minimum, must show: (1) The solicitation number; (2) the time specified in the solicitation for the receipt of offer; (3) the name, address,and telephone number of the offeror; (4) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary; (5) terms of any express warranty; (6) price and discount terms; (7) ''remit to'' address, if different from mailing address; (8) a completed copy of the representations and certifications; (9) if the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Information regarding this solicitation can be obtained from Mr. Tim Kirkpatrick, 205/842-7331. (0319)

Loren Data Corp. http://www.ld.com (SYN# 0410 19961115\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page