Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
SOLICITATION NOTICE

66 -- DYNAMIC SIGNAL ANALYZER AND OPERATING SOFTWARE

Notice Date
2/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07188243Q
 
Response Due
2/22/2007
 
Archive Date
2/7/2008
 
Small Business Set-Aside
N/A
 
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 (1) each Dynamic Signal Analyzer and specialized data processing capabilities. Data recorder hardware and data processing systems must meet the minimum specifications and must have at least the following: 1. 8 or more voltage input channels 2. +/- 25 volt input range on all channels 3. 24 bit a/d conversion 4. AC/DC coupling 5. Simultaneous sampling on all channels 6. 20 kHz, 40 kHz or higher bandwidth preferred 7. Turn-key operation (i.e. with the exception of configuration changes, no user programming required) 8. Synchronous sampling with at least one tach pulse input 9. Order tracking with tracking of sub-synchronous and super-synchronous orders (order resolution of at least 0.02 order, and maximum order at least 10 x) 10. Simultaneous data recording (streaming to disk) and real-time data processing 11. Ability to post-process recorded data with any and all data processing functions 12. Data processing functions: a. Cross channel plotting (orbit plots for rotating machinery) b. Bode plots (amplitude and phase relative to tach signal of any order harmonic of a given channel plotted as a function of speed) c. Frequency response (frequency spectrum) d. Waterfall/cascade plots of frequency response (waterfall and cascade plots of order spectrum is desirable but not necessary) e. Time trace 13. Adequate storage for at least 2 hours run time at maximum sampling rate on all channels 14. Runout compensation or slow roll compensation (one for one subtraction of synchronous sampled data to remove electrical and/or mechanical runout) 15. Rotor balancing capabilities with at least 2 correction planes and two measurement planes 16. Unit must be portable and self contained (with the exception of an external pc for control or data processing and/or presentation; onboard data processing with the capability of stand-alone functionality preferred) a. Maximum weight of 25 pounds b. Physical dimensions appropriate for air travel as carry-on luggage preferred Shipping charges, if applicable, must be estimated and set as a separate line on the quote. The provisions and clauses in the RFQ are those in effect through FAC 05-15. The NAICS Code and the small business size standard for this procurement are 334516 AND 500 employees 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. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by COB February 22, 2007 to NASA Glenn Research Center, ATTN: Bernadette Kan, M.S. 500-305, 21000 Brookpark RD, Cleveland, OH 44135-3127 and must include, solicitation number, 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. 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 Bernadette Kan not later than February 22, 2007. 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. Other critical requirements: see above description. 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=22 . 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=22#123516)
 
Record
SN01228007-W 20070209/070207221456 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.