Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19, 2001 PSA #3001
SOLICITATIONS

B -- DOCUMENT ANECHOIC CHAMBER QUALIFICATION TESTS AND SUPPORT FOLLOW-ON TESTING. SUPPORT DEV. OF SOUND INTENSITY SYSTEM.

Notice Date
December 17, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
3-192368
Response Due
December 27, 2001
Point of Contact
Deborah L. Volan, Contract Specialist, Phone (216) 433-5420, Fax (216) 544-2480, Email Deborah.L.Volan@grc.nasa.gov
E-Mail Address
Deborah L. Volan (Deborah.L.Volan@grc.nasa.gov)
Description
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. NASA/GRC intends to purchase the item from NELSON ACOUSTICAL ENGINEERING. THIS IS A SOLE SOURCE. This notice is for information purposes only. SOLE SOURCE JUSTIFICATION: David A. Nelson, P.E., INCE Bd. Cert., is an acoustical consultant with 15 years of experience in noise and vibration control for buildings and manufacturing processes, acoustical test facility design, product design for sound quality, acoustical measurement and analysis, and acoustics and noise control instruction. His experience includes acoustical consulting, noise control design, and directing a nationally recognized, NVLAP-accredited acoustics laboratory. Of particular relevance to the current task are Mr. Nelson's recent contracts with GRC to develop an acoustical data acquisition system for the Acoustical Testing Laboratory (ATL) and to extend the functionality of this system to include the capability for simultaneous multichannel data acquisition. The functionality enhancement of this system was based on Mr. Nelson's involvement as a member of the product development team that conceived and developed in the NI product. Certain upgrades and modifications to the ATL data acquisition system may only be done by an acoustics expert who has extensive familiarity with the NI SPS system. There is no other person who is both capable and available to perform these tasks. It is in the best interest of the Government to award the contract to make upgrades to the ATL's data acquisition system to Nelson Acoustical Engineering, Inc. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). DESCRIPTION (ACOUSTICS): Item 1) Document anechoic chamber qualification tests and support follow-on testing (1 TASK APPLIES TO ALL LINE ITEMS 1-15). Item 2) Support development of sound intensity system being developed by third party. Serve as Liaison between NASA and system vendor, and provide support to vendor during development of system. Item 3) Provide support for GRC personnel concerning operation of the NAE multichannel extension software and national instruments SPS packages, data interpretation, report formats, acoustical testing procedures and general lab practices. Item 4) Support virtual reality auralization and visualization capability development, Phase 1 of 2. Develop plan for the implementation of auralization and visualization of acoustical data at ATL. Item 5) Document Measurement System and provide comprehensive manual. Combine NI SPS V1.1 user's manual with comprehensive descriptions of the use of the multichannel extension(developed by NAE) and other features. Item 6) Install, qualify, and document MAGMA Chassis extension. Transfer existing digital signal analysis cards from the current host computer to the MAGMA extension chassis, troubleshoot and verify performance document new setup. Performed onsite at ATL. Item 7) Augment multichannel extension: Reference Spectra. Incorporate NAE Code modules into MCE test software that permit display of reference curves in .XLS files or from program memory. Item 8) Filtered playback of .WAV Files. Provide NAE software to facilitate playback of .WAV files through user-definable filters that can be changed in real time. Item 9) Support FCF testing. Provide support OFR experimental design, analysis, data interpretation or other tasks as needed related to the FCF rack and combustion chamber. Item 10) Noise control conference. Participate in a noise control conference related to international space station noise issues. Attend three-day conference and make one four-hour presentation. Item 11) New payload development/hearing conservation training audio compact disc, phase 1 of 3. Outline demonstrations, write scripts, and develop sound specifications for demonstrations geared to payload developers and hearing conservationists. Item 12) Trip #1. Travel time and expenses associated with four-day site visit to GRC in calendar Q1 2002. Trip 1 relates to tasks in Line Items 1, 4, 6, 7, and 9. Item 13) Trip #2. Travel time and expenses associated with virtual reality Phase 1. Probable time frame calendar Q2 2002. See task in Line #4. Item 14) Trip #3. Travel time and expenses associated with a three-day visit to GRC in calendar Q3 2002. Trip 3 is expected to relate to the following items: Line 3, Line 8, Line 9. Item 15) Trip #4. Travel time and expenses associated with a three-day visit to GRC. The timing and action items for trip 4 are to be determined. ************************************************* The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541512 and $18 MILLION, 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 NASA GLenn Research Center is required by September 30, 2002. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by COB on December 27, 2001, and may be faxed to Debbie Volan, FAX: (216) 433-2480, 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. 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/ The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 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. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#99655)
Record
Loren Data Corp. 20011219/BSOL003.HTM (D-351 SN5153L6)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on December 17, 2001 by Loren Data Corp. -- info@ld.com