Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1998 PSA#2250

NASA Procurement Office, Code DAOO, Stennis Space Center (SSC), MS 39529-6000

D -- ETHERNET TRANSMISSION SYSTEM SOL RFQ13-SSC-Q-98-29 DUE 010799 POC Mattie A. Kirschenheuter, Procurement Technician, Phone (228) 688-1639, Fax (228) 688-1141, Email mattie.kirschenheuter@ssc.nasa.gov -- Harold G. Taulbee, Contracting Officer, Phone (228) 688-1640, Fax (228) 688-1141, Email harold.taulbee@ssc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/SSC/date.html#RFQ13-SSC-Q-98-29. E-MAIL: Mattie A. Kirschenheuter, mattie.kirschenheuter@ssc.nasa.gov. NASA/SSC plans to issue a sole-source Request for Quotation (RFQ) for Real-Time Direct-to-Disk and Ethernet Transmission System (RSP-2000) for Racal Storeplex Delta Data Recorders. The vendor will deliver a system that will be capable of performing the following functions: 1) Accept the standard multiplexed data output(s) of one or more Racal Storeplex Delta Bus Monitor Module(s); 2) Demultiplex this data into individual channel files; 3) Record these individual channel files in real time to hard disk; and 4) Simultaneously transmit these individual channel files to remote computers over Ethernet. This system will be able to perform these functions with the Racal Storeplex Delta in either Replay or Record mode. The system will be capable of starting steps 1,2, and 3 (above), direct-to-disk recording, by system software control or by a change-of-state trigger (from E-E to Record or Replay mode). Step 4 (above), the Ethernet-transmission process, will be triggered from an external trigger that marks the start of the data file/test. The system will record (or transmit) the date and time (IRIG) at which this process begins (to the header mentioned below) for both types of files, the direct-to-disk (1,2,3) and Ethernet-transmitted (4) files. The individual channel files will also contain a header or footer information including: 1. Record Name; 2. Channel Number; 3. Channel Name; 4. Channel Type; 5. Channel Input Attenuation; 6. Channel Input Mode (AC/DC/CAL); 7. Channel Bandwidth (Sample Rate); 8. Channel Sample Period; and 9. File Start Time (IRIG time and date of the first sample in the file). The vendor will develop and integrate this system at the factory and will deliver a "turn-key" system configuration. The vendor will provide one week of integration and system training services at the site (Stennis Space Center) to interface this system with existing government equipment. System Technical Specifications: CPU in Industrial Ruggedized 19" Rack-Mount Package; Dual Processor 450MHz Pentium II Xeon CPU; 256MB RAM; 3 1/2" High Density Floppy Drive; CD-ROM Drive (8X Speed Minimum); 2 each 18 GB Ultra 2 Seagate Cheetah Hard Drives (Total of 36GB Storage, 80Mb/s Burst Rate) Part #ST118202LW; 2GB Internal Jaz Drive; 15" (or larger) TFT type Digital (not the Analog) Flat Panel Display with a minimum 120 degree viewing angle and 1024x768 resolution with 10' video cable; keyboard; mouse; Windows NT; Minimum of 6 PCI slots; Capability to support two (2) RSP-100 Cards (quote 1 installed, we will send the card we already own to the vendor to integrate into the system); 10 foot HIPPI cable for RSP-100 Card; Adaptec AHA-8945 1394/SCSI-3 PCI Card (for the two Ultra 2 Internal SCSI drives, 80Mb/s Burst Rate); 3COM Fast Ehterlink XL 10/100 PCI UTP Card (100Mbit Ethernet); Real Time Direct-To-Disk Recording Software; Real Time Ethernet Transmission Software; Minimum Real Time Direct-to-Disk Throughput Requirement: 3.2 Msps Sustai ned; Minimum Real Time Direct-to-Disk Duration Requirement: 22.5 Minutes; Minimum Real Time Fast Ethernet Transmission Throughput: 3.2 Mbps (1.6 Msps); Maximum Real Time Ethernet Transmission Trigger Time: 100 ms (1/10 second); Maximum IRIG Decode Time-Accuracy (for header: 20 ms This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/SSC intends to purchase the items from Integrated Systems Consultants. Authority: 10 U.S.C. 2304(c)(1), only one responsible source and not other supplies or services will satisfy agency requirements. The Government intends to acquire a commercial item using FAR Part 12. Interested firms have 15 days from publication on the NAIS to submit their qualifications/capabilities. Such qualification/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after 15 days without the required information will be considered nonresponsive to the synopsis and will not be considered. A determination by the Government not to compete this proposed contract, on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government. NO SOLICITATION DOCUMENT IS AVAILABLE. All responsible sources may submit an offer which shall be considered by the agency to include: Prices, Availability, Warranty, Descriptive Literature of Offered Product(s), Business Classification, Invoice Terms, and FOB Destination. An Ombudsman has been appointed. See Internet Note "B". Posted 12/23/98 (D-SN283326). (0357)

Loren Data Corp. http://www.ld.com (SYN# 0031 19981228\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page