Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117

NASA/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