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