|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 70 -- 300 MHZ INTEL PENTIUM II INDUSTRIAL COMPUTER SOL RFQ102517 DUE
071098 POC Alice J. Wilson, Contract Specialist, Phone (216) 433-2552,
Fax (216) 433-5489, Email Alice.J.Wilson @lerc.nasa.gov WEB: Click
here for the latest information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#RFQ102517. E-MAIL: Alice J.
Wilson, Alice.J.Wilson @lerc.nasa.gov. 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 the
only solicitation; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). The NASA Lewis
Research Center in Cleveland, Ohio requires a high performance four (4)
channel PC-based "turn-key" data acquisition system. This system must
consist of the following components: THE QUANTITY OF THIS SYSTEM IS 1
(0NE). 1. COMPUTER: 300 MHz Intel Pentium II processor, Motherboard w/
an industrial backplane, 128 MB memory, Plug and play compatibility,
YR2000 compliant, Ultra SCSI-3 controller, 8 GB SCSI HD, 2x/6x
record/read compact disk drive, 1.44 MB/3.5" floppy disk drive, SVGA
video card w/4 MB video RAM, 2 serial and 1 parallel port, WIN NT
Workstation 4.0, 19" rack mountable chassis w/20 slots, 9 PCI slots, 8
ISA slots, 1 CPU slot, 400 Watt 115 VAC power supply. 2. MONITOR: 17"
flat square screen, 0.25 mm dot pitch, Anti-glare and anti-static
screen surface, 1280x1024 resolution, Flicker free and non-interlaced,
82 kHz horizontal frequency, 160 Hz vertical frequency. 3.
KEYBOARD/MOUSE: 19" rack mountable pull-out drawer, Integral 101-key AT
keyboard, Integral mouse pad, Integral mouse and storage for mouse. 4.
Analog-to-Digital Converter Board: System should utilize no more than
2 analog-to-digital (A/D) converter boards, A/D converter boards must
be PCI bus compatible, A/D converter boards must be plug and play
compatible, A/D converter boards must have an auxiliary bus for
outputting data to other digital signal processing or memory boards at
a minimum rate of 200 Megabytes per second, Each individual A/D
converter board must have enough on-board memory to store 1 million
samples per channel, Each individual A/D converter board must have at
least 2 analog input channels, All analoginput channels for all boards
must acquire data simultaneously, All analog input channels must be
able to acquire data simultaneously at a maximum sampling rate of 62.5
MHz, Simultaneous sampling rate for all channels must be adjustable;
at a minimum, the following sampling rates should be selectable: 0.49,
0.98, 1.95, 3.91, 7.81, 15.6, 31.3, and 62.5 MHz, All analog input
channels must be able to acquire data simultaneously with a minimum
vertical resolution of 12 bits (1 in 4096). The analog input channels
must have the following specifications: Full scale input voltages: 100,
300, 1000, and 3000 mV p-p, Impedance: 50 ohms, Bandwidth: DC to 50
MHz, Coupling: AC or DC, DC offsetting: 8 bits full scale The analog
input channels must have the following frequency response: gain
flatness, DC-10Mhz: +/- 0.1 dB, -3 dB bandwithdh: 50 MHz The A/D boards
must have external triggering capabilities. The external trigger must
have the following characteristics: Impedance: 2k ohms, Trigger level:
+/- 1.5 Volts or +/- 0.5 Volt, Adjustment method: 8 bit DAC, Coupling:
DC The trigger modes and methods for the A/D boards should include
single shot (a single trigger fills active memory) and segmented
(multiple triggers are needed to fill multiple memory segments). In
addition, pre-trigger, gated-trigger, and delayed-trigger capabilities
should be available. The A/D boards must have external clock
capabilities with the following: Impedance: 50/2k ohms, Signal: sine
wave or square wave, Coupling: AC, Amplitude: 500 to 5000 mV
peak-to-peak, Frequency: 10 MHz to 62.5 MHz a. The A/D boards must have
a temperature operating range of 0 to 50 degrees Celsius. b. The A/D
boards should be delivered with C language functions and device drivers
in native C code for Windows NT 4.0. c. The A/D boards must deliver
data quality that meet or exceed the requirements plotted and defined
below. In the plots, the units of the vertical axis are "dB" and the
units on the horizontal axis are "MHz". 5. Digital Signal Processing
Boards: The (DSP) boards must meet the following requirements: a. No
more than 2 digital signal processors (DSP) boards. b. DSP boards must
be 16-bit ISA bus compatible. c. DSP boards must utilize an auxiliary
bus that can receive data at a rate of 200 MB per second for the A/D
boards. d. DSP boards must be able to process data from a single 2
channel A/D board. e. DSP boards must utilize a 32-bit floating point
DSP chip that has the following performance specifications: 66 MFLOPS
sustained using a 33 MHz clock and 100 MFLOPS peak or better. f. DSP
chip must be able to perform a 1024 point real FFT in 340 microseconds
or faster in a benchmark test. g. DSP boards must have at a minimum 1
MB by 32 memory on-board. h. DSP boards must have at a minimum 128 KB
by 32 DSP chip program memory on-board. i. A/D boards must have a
temperature operating of 0 to 50 degrees Celsius. j. DSP boards must be
supplied with C language functions in a native C code which can be used
to set up the operations of the DSP boards by way of the ISA bus. 6.
DSP Board Software Additional software must be provided for developing
specialized and custom algorithms for the DSP chips. This software
must give the user total control in DSP chip application development.
The software must include all the necessary tools such as assemblers,
linkers, and compilers for programming specialized DSP algorithms. 7.
Connecting Cables for A/D and DSP Boards All of the necessary cables
for connecting the A/D and DPS boards together must be supplied with
this system. 8. GPIB Interface Card This system must be supplied with
a National Instruments PCI-GPIB interface card installed and NI-488.2M
software for Windows NT (Part Number 777073-01). 9. Network Card This
system must be delivered with a 10Base-T 10 MB/sec PCI bus network
card installed. 10. System Checkout All A/D, DSP, GPIB, and network
cards must be installed in the computer chassis. The functionality and
interoperability of all cards must be verified before delivery. The
provisions and clauses in the RFQ are those in effect through FAC 97-3.
The SIC code and the small business size standard for this procurement
are 3571 and 1000, respectively. The quoter shall state in their
quotation their size status for this procurement. All qualified
responsible business sources may submit a quotation which shall be
considered by the agency. Delivery to [ENTER LeRC] is required within
[10] days ARO. Delivery shall be FOB Destination. The DPAS rating for
this procurement is DO-A7_. Quotations for the items(s) described above
may be mailed or faxed to the identified point of contact [or bid
distribution office, by the date/time specified and 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. Quoters are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. Selection and award will be made
to the lowest priced, technically acceptable quoter. Technical
acceptability will be determined by information submitted by the quoter
providing a description in sufficient detail to show that the product
quoted meets the Government's requirement. Quoters must provide copies
of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. It is the quoter's
responsibility to monitor this site for the release of amendments (if
any). Potential quoters will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if any).
(0163) Loren Data Corp. http://www.ld.com (SYN# 0419 19980616\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|