Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284

AFMETCAL Det 1/MLK, 813 Irving-Wick Dr W, Suite 4M, Heath, OH 43056-6116

66 -- LOW NOISE SWITCH SOL F3366099Q7503 DUE 022699 POC Jim Hood, Contract Specialist, 740-788-5046 or Glenna Pound, Contracting Officer, 740-788-5043 AFMETCAL Det 1 intends to award a purchase order under Simplified Acquisition Procedures for the purchase of LOW NOISE SWITCHES.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are requested, and a written solicitation will not be issued. This solicitation, F33660-99-Q7503, is a request for a price quotation for 10ea LOW NOISE SWITCHES as described in the following: SCOPE : This Solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 97-10 and Defense Circular 91-13. FAR clauses 52.212-4 and 52.212-5 apply to this acquisition. This purchase description identifies performance requirements for a programmable, IEEE-488.2-1992 Interface Bus compatible low thermal switch. It shall be used to intercompare saturated standard cells and solid state voltage references both in a manual mode or via remote control. COMPONENT : Listed in this purchase description are the Air Force minimum (but, not limited to ) functional requirements which are to be satisfied. Proposals offering an item that meets or exceeds the requirements of this purchase description will be evaluated for acceptability. COMPATIBILITY : This item must be compatible with equipment currently in use by the Air Force in the Direct Voltage measurement area. Items such as the Keithley 182 nanovoltmeter, the HP 200/300 series and Vectra series instrument controllers connected to a Shared Resource Managed(SRM) network. This compatibility should require little or no changes to existing SRM programs, when installed into the measurement system. ELECTRICAL SPECIFICATIONS : SWITCH INPUTS : Shall be provided to accommodate at least 16 two-terminal inputs. Input Connectors : Six-foot (182.88-cm) cables rear panel mounted. Untinned solid copper wire in groups of two pairs. A total of eight input cables(4 conductor or 2 pair each) will be required.SWITCH OUTPUTS : Four output lines: Two separate lines to accommodate positive inputs and two separate lines to accommodate common inputs. Output Connectors : Rear panel mounted low thermal binding post; tellurium copper. SWITCHING DESIGN : Shall be such to compare standard cells and solid state references using the NIST cell measurement technique. The design shall provide two relays connected to each input positive terminal and two relays connected to each input common terminal. This will accommodate switching polarities and reversing electrical position (left-right) of the input channels while providing short circuit protection to the test items.RELAYS : Latching type, requiring less than 15 milliseconds to actuate. Relays must be capable of remaining latched in the last chosen position when power to the unit is removed. Actuation Power : 0.5 Amp at 24 VDC maximum. Resistance : Less than 50 milliohms.Cycle Life : Greater than 10 million cycles. Replacement : Relays must be such that they can be easily removed from the circuit board for replacement.Thermoelectric Potentials : 100 nanovolts maximum. Error Contribution : Standard deviation less than 30 nanovolts when the NIST 4 x 4 cell design is run with all inputs shorted.SCANNER CONTROL : Shall operate both manually (front panel push-button) and remotely (IEEE-488.2-1992 ). Front Panel Control : Shall be push-button and designed such that the operator must press two buttons SIMULTANEOUSLY to close a relay. Remote Control : The instrument shall conform to the IEEE-488.2-1992 GPIB standard with five bit address selection. The instrument shall be fully operational from a remote instrument controller. It must have Talker and Listener capability. Logic Circuit Delay : 0.2 seconds maximum between successive relay actuations. Remote Lock : This item shall be capable of local lockout, which means front panel controls will be disabled to prevent tampering by external sources.. This function will be accomplished by means of an internal DIP switch. CELL PROTECTION : Protection must be provided to prevent a standard cell or solid state reference from being shorted due to scanner failure or operator error. Circuitry must provide for only one relay closing at a time and preventing any relay on an output line from being closed unless all other relays on that line are open. This capability must be extendible when linked together with similar scanners in a larger operating system. FRONT PANEL INDICATORS : LED indicators must be present on the front panel to indicate which output "HI" switches are closed. REMOTE/LOCAL indicators must also be present and operational.REPEATABILITY : With inputs shorted, switches shall repeat to +/- 50 nanovolts. GENERAL SPECIFICATIONS : POWER : 115 VAC +/- 10%, 60 Hz +/- 3%, 20 W maximum. Power Cord : The item shall be supplied with one assembled power cord, 3 (91.44 cm) to 6 feet(182.88 cm) in length. DIMENSIONS : No larger than 6.0 inches(15.24 cm) height, 20 inches(50.8 cm) depth, and capable of fitting into a standard 19 inch(48.26 cm) rack. WEIGHT : 30 lbs.(13.61kg) maximum. RACK MOUNTING : The unit shall be provided with all necessary accessories to enable rack mounting in a standard 19 inch rack. ENVIRONMENTAL: Operating Temperature Range: The unit shall perform to full specifications at 22.8 degrees C +/-3.3 degrees C. Operating Humidity Range: The unit shall perform to full specifications from 20 to 50 % RH. Storage Temperature: -20 degrees C to +60 degrees C. Storage Humidity: 15 to 80% RH. FUSE WIRING REQUIREMENTS : Connections to the extractor post-type fuse holders shall be such that the load is connected to the fuse terminal which terminates in the removable cap assembly. MECHANICAL AND PHYSICAL REQUIREMENTS : The instrument of this purchase description shall perform to the following requirements: Commercial Parts : Commercial parts and materials that are to be supplied shall have properties consistent with a precision laboratory instrument.Design and Construction : The equipment will be designed and constructed of materials that meet the requirements of this specification and in accordance with the best commercial practices for industry approved equipment. It will be the contractor's responsibility to assure the government that such design objectives as reliability, accuracy of operation, maintainability and ease of operation have been given due consideration in the manufacture of this equipment. All parts such as shafts, bearings, regulators, switches, controls, etc. shall have proper clearance and adjustments. They shall so work together that the equipment will supply the rated requirements without unnecessary strains, vibrations and overheating. They shall be able to withstand the conditions met in shipping, storage, installation and services. All material and parts of this equipment shall be capable of withstanding environmental testing requirements of this specification.Selected Components: Matched and selected components shall be kept to an absolute minimum. Use of specially built non-standard components other than switches and similar individual assemblies shall be avoided whenever possible. Metals: Metals shall be of corrosion resistant type or suitably treated to resist corrosion due to atmosphere conditions likely to be met in storage, services or transportation. Dissimilar metals in intimate contact should be kept to a minimum. Circuit Boards: Frequent shipping will require that all circuit boards be sufficiently secured by their connectors and be held in place by securing screws or other such hold-down devices.ENCLOSURE: The equipment shall meet enclosure requirements of MIL-T-28800C paragraph 3.7.5 for a Style E equipment case.CONTINUOUS OPERATION: After a required warm-up period, the equipment shall meet the specifications of this purchase description and shall not display intermittent characteristics or overheating for an extended period of not less than 90 days of continuous operation. WORKMANSHIP: The workmanship shall be first class, of neat general appearanceand shall comply with standard commercial practices. The standards of workmanship shall be such that the low noise switch shall comply with the requirements of this description. SAFETY: Equipment shall be designed such that it will not be of any hazard to itself or to any person operating it using reasonable precautionary procedures.QUALITY ASSURANCE: This item shall be inspected and tested at destination, as specified elsewhere in this contract. This item will be checked with test equipment with parameters equal to or better than those required to assure specified performance requirements are met. Tests will be performed to assure the item meets the requirements of this purchase description. Such testing at destination does not relieve the contractor of performing all inspections and quality checks at the point of fabrication, or as necessary, to ensure performance, as specified herein. In addition to all elements of this purchase description, all commercially available components provided with this system must, as a minimum, satisfy their commercially published performance specifications. A users manual shall be provided by the offeror.The user manual shall contain information sufficient for operation, maintenance, and troubleshooting. Please acknowledge all requirements on your quote. Offerors must provide brochures/literature of the items being offered with their quote. Offeror must provide technical detail to clearly demonstrate understanding and compliance with the minimum requirements listed above. FOB Destination pricing is requested. Delivery is required (30) days after award of contract. Acceptance testing will be performed at AFMETCAL Det 1 within (35) days after receipt of items.Offers are no later than 4:00 PM E.S.T. on 26 Feb 99. All responsible sources may submit a proposal which will be considered. Quotes should be directed to Jim Hood, Contract Specialist, at AFMETCAL Det 1, 815 Irving-Wick Dr W Ste 4M, Heath, OH 43056-6116. Telephone (740)788-5046, FAX (740) 788-5157 or E-mail hood@afmetcal.af.mil. Quotes must be received NLT COB 3 Mar 1999. This acquisition is 100% small business set-aside (see Note 1). Central Contractor Registration is required. Posted 02/12/99 (W-SN298056). (0043)

Loren Data Corp. http://www.ld.com (SYN# 0331 19990217\66-0012.SOL)


66 - Instruments and Laboratory Equipment Index Page