Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

59 -- HIGH SPEED, MULTICHANNEL WAVEFORM DIGITIZER SYSTEM FOR SHOCKTUBE INSTRUMENTATION

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA06167327Q-AMG
 
Response Due
8/16/2006
 
Archive Date
8/1/2007
 
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for One High Speed Multi-channel Waveform Digitizer System for Shock Tube Instrumentation. A high speed waveform digitizer system is required. The system shall be equipped with 8 channels initially with expansion capability to at least 48 channels. The digitizer channels shall have the following performance specifications: (1.) Simultaneous sampling rate (no interleaving): 200 MS/s; (2.) 16 bit resolution; (3.) Programmable full scale input ranges from 0.05 to 10 Vpp @ 50 (ohms); (4.) Waveform memory at least 8 Ms/channel; (5.) External trigger ? 5 V max; trigger level user selectable; (6.) VXI open architecture format, with at least 4 channels per card; (7.) Trigger synchronization between cards using local timing bus. The hardware support system shall have the following specifications: (8.) VXI chassis; (9.) Chassis shall support cards for future expansion with a selection of acquisition rates up to 200 Ms/s; (10.) IEEE 1394 controller for VXI slot 0; (11.) Rack-mountable industrial PC with Intel P4 processor, IEEE 1394 communication port, at least 4 free PCI expansion slots, 1 GB RAM, 80 GB hard drive, and CDRW/DVDRW combo drive. Instrument control software shall also be supplied which has the following features: (12.) Automatic hardware detection; (13.) Default test configuration with detected hardware; (14.) User configurable transducer library with the ability map transducer characteristics to selected channels; (15.) Automatic channel configuration requiring only specification of expected range in engineering units; (16.) Configuration files to capture experiment settings, including channel count, transducer characteristics (i.e. calibration values), and trigger characteristics; (17.) Oscilloscope mode to test channels; (18.) Data file format that includes all channel settings and transducer characteristics. The system shall be integrated and supplied for turn-key operation. Please include shipping charges. The provisions and clauses in the RFQ are those in effect through FAC 2005-11. The NAICS Code and the small business size standard for this procurement are 334515 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center, Receiving Section, Building 255, Moffett Field, CA 94035-1000 is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 11:00 am on August 16, 2006 to Contract Specialist Christine M. Benavides, M/S 227-4 Moffett Field, CA 94035, cbenavides@mail.arc.nasa.gov or (650) 604-0270 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650)604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Christine M. Benavides not later than August 9, 2006. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#121511)
 
Record
SN01103549-W 20060803/060801221714 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.