Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,2000 PSA#2569

Commercial Acquisition Department, Bldg 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708

58 -- 10 EACH MULTI CHANNEL ACOUSTIC ANALYSIS SYSTEMS SOL N66604-00-Q-3621 DUE 041200 POC E. Alexander, Contracting Officer at (401) 832-3230; FAX (401) 832-4820 WEB: NAVAL UNDERSEA WARFARE CENTER DIVISION, NEWPORT, http://www.npt.nuwc.navy.mil/contract/. E-MAIL: Elizabeth Alexander, Contracting Officer, alexanderea@npt.nuwc.navy.mil. This is a combined synopsis and 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-00-Q-3621_. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. . SIC Code is 3679; size standard is 500 employees. NUWC Division Newport intends to purchase the following items: Ten (10) each Multi Channel Acoustic Analysis Unit (MCAA). The MCAA will be able to receive a minimum of 8 differential analog inputs (scaleable to 32 within the same 6U VME module). The analog data will be received through (faborable) Front Panel Data Port (FPDP) or secondary bus structure (VSB, RACE, etc). This will offset VMEbus trafficking and increase bandwidth among the MCAA processing boards for better performance. FPDP interface will facilitate modul growth when the baseline design needs to grow to adapt to new or increased workloads. The Signal conditioning unit within the MCAA will have the following attributes: 8 to 32 differential inputs, 8 to 32 channel outputs via FPDP, VME64 or VSB, Bandwidth of up to 300 kHz, Programmable gain between -12 dB to 42 dB in 6dB steps, 3-pole anti-alias filter for each channel with either Bessel or Butterworth characteristics, input impedance of 1 M ohm, output signal/(noise + distortion) greater than 80 dB, filter cut-off Frequency (FC) 100Hz to 300Khz, software drivers for VxWorks and/or Solaris, single 6U VME slot. The ADC function within the MCAA will have the following attributes: up to 32 Inputs, simultaneous sampling, 16 bit resolution for each channel, up to 570 kHz input bandwidth, FPDP, VME64 or VSB interfaces, Max input sample rate 19.2 MHz, Min input sample rate 1 MHz, setting time 2778/Fs, SNR greater than 80 dB (full band before demodulation) double buffering capabilities, software drivers for VxWorks and/or Solaris, single 6U VME slot. The Digital Signal Processing (DSP) function of the MCAA will have the following attrivutes: greater than or = to MOPs sustained rate, dual-ported memories, FPDP, VME64 or VSB interfaces, demodulation bandwidth programmable, demodulation carrier(IF) programmable, FIR Filter Transition Bandwidth less than 400Hz t-60 dB, pass band ripple +/- 0.5 dB, number of input channels (NI) less than 2048, number of output channels (No) less than 2048, number of coefficients (NT) 4 to 1024, decimation (ND) 1 to 255, interpolation filter length NT, interpolation resolution 1000:1, software drivers fo VxWorks and/or Solaris, single 6U VME slot. The MCAA unit will provide time series data to the analysis Unit for addition processing via standard 100 Mbs Ethernet utilizingt the TCP/IP protocol. The MCAA will comprise of 6 U, maximum of 7 VME slot enclosure with adequate power (500 watts or greater) and cooling. The controller board must be VxWorks or Solaris friendly. We expect extensive interaction between the vendor and NUWCDIVNPT while this equipment is being tested/installed at NUWCDIV Newport, RI. Therefore, the vendor must provide a plan for ensuring that all problems/issues that arise during testing/installation are resolved quickly and efficiently. The Required delivery is as follows: First system to be delivered 45 days after contract award, three systems to be delivered 90 days after contract award and the remaining systems to be delivered 120 days after contract award. F.O.B. Destination Naval Station Newport; Newport, RI. FAR 52.212-1 Instructions to Offerors -- Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation -- Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. A completed copy of FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items must be submitted with quote. FAR 52.212-4, Contract Terms and Conditions—Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: none. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted to Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division Newport, Code 591, Simonpietri Drive, Newport, Rhode Island 02841-1708 or may be faxed to 401-832-4820. Offers must be received by 2:00 p.m. on 12 April 00_. For information on this acquisition contact Ms. Elizabeth Alexander at 401-832-3230. For further information about all NUWC Division Newport acquisitions visit our web site at http://www.npt.nuwc.navy.mil/contract/. Estimated RFP release date: 28 March 2000; SIC Code: 3679. Posted 03/29/00 (W-SN439021). (0089)

Loren Data Corp. http://www.ld.com (SYN# 0188 20000331\58-0002.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page