Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOLICITATION NOTICE

70 -- LOW SPEED DATA ACQUISITION SYSTEM LSDAS SIGNAL CONDITIONERS FOR THE A-3 ALTITUDE TEST STAND AT NASA STENNIS SPACE CENTER

Notice Date
3/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS08239008R
 
Response Due
5/9/2008
 
Archive Date
3/14/2009
 
Point of Contact
Michelle M. Stracener, Contract Specialist, Phone 228-688-1720, Fax 228-688-6024, Email Michelle.M.Stracener@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Michelle M. Stracener
(Michelle.M.Stracener@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Reference ?PRE SOLICITATION SYNOPSIS FOR LOW SPEED DATA ACQUISITION SYSTEM (LSDAS) SIGNAL CONDITIONERS FOR THE A-3 ALTITUDE TEST STAND AT NASA STENNIS SPACE CENTER" POSTED Oct 19, 2007 The NASA/SSC Acquisition Management Office intends to issue a Best Value Request for Proposal (RFP) for the project entitled: Low Speed Data Acquisition System (LSDAS) Signal Conditioners for the A3 Altitude Test Stand at NASA Stennis Space Center to be delivered to the John C. Stennis Space Center, Mississippi. The work for this requirement consists of, but is not limited to the following: providing all labor, equipment, materials, training and installation and activation support for Low Speed Data Acquisition System (LSDAS) Signal Conditioning equipment to support J-2X engine testing on the A-3 Test stand as well as potentially the B-2 Test Stand for Areas V Core Stage testing. The new LSDAS Signal Conditioner equipment for the A-3 Test Stand shall consist of two sets of 512 analog channels per set, with the capability of expansion to 1024 channels per set. One set will be dedicated to test article interfaces and located within the Signal Conditioning Building (SCB) located on the Test Stand. The other set will be dedicated to facility interfaces and located within the SCB on the ground level. The LSDAS consists of equipment located at the test stand, in each SCB, and the Test Control Center (TCC). The SCBs house the signal conditioners, the digitizer / multiplexer units, including storage units, and Work Stations (WS) which have the ability to operate the LSDAS. The SCB WS connect to the TCC WS via a data network that is physically isolated from the Test Facility Local Area Network (LAN). The TCC houses the redundant storage units and WS that have redundant capabilities to the WS located in each of the SCBs. The LSDAS Signal Conditioner equipment for the B-2 Test Stand is intended to consist of one set of 2048 analog channels. This LSDAS will consist of equipment located at the test stand ?hard core? (a concrete enclosed structure separating the B-1 and B-2 Test Stands), and the Test Control Center (TCC). The hard core will house the signal conditioners, the digitizer / multiplexer units, including storage units, and Work Stations (WS) which have the ability to operate the LSDAS. The Work Stations in the ?hard core? will connect to the TCC WS via a data network that is physically isolated from the Test Facility LAN. The TCC houses the redundant storage units and WS that have redundant capabilities to the WS located in the hard core. The TCC WS are capable of transmitting ?near? real-time engineering unit data to remote control room WS as well as WS outside of the test data communications system. FOB is destination. The government intends to issue subject Request for Proposal (RFP) under Commercial Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The anticipated issue date of subject RFP is March 28, 2008 with an anticipated due date of May 9, 2008. It is anticipated that this action will be issued as unrestricted (NAICS 334513 with size standard of 500 employees). All responsible sources may submit a proposal, which shall be considered by this agency. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation (RFP) and any related documents will only be issued electronically and may be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal Business Opportunities (FedBizOpps) website @ http://www.eps.gov. The following file will be uploaded as part of this RFQ: ?NNS08239008R SF1449 RFP.doc.? Offerors unable to access the solicitation at this address may contact the Contract Specialist for instructions. Offerors are responsible for monitoring this site for the release of the solicitation and any associated documentation or amendments and for downloading their own copy of the same. All questions regarding this acquisition shall be submitted in writing to this office not later than April 11, 2008. Multiple awards may be made from this solicitation. The resulting contract(s) will be in the form of a five (5) year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of two (2) years and three (3) one year option periods. The minimum and maximum number of channels will be identified in the RFP. The Government reserves the exclusive right to award to other than low offer on this "Best Value" procurement. The evaluation factors for this procurement are in development and will likely include Technical compliance, Past Performance, Cost, Schedule, and Utilization of Small Business Concerns. The Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made by e-mail to the Bid Distribution Office: emily.s.polk@nasa.gov. All contractual and technical questions must be submitted in writing via e-mail to Michelle.M.Stracener@nasa.gov. Telephone or faxed questions will not be accepted. *** Prospective offerors shall notify this office via email to Michelle.M.Stracener@nasa.gov of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any) and obtaining a copy of the specifications/drawings via CDROM. *** As noted in the aforementioned paragraph a CDROM containing the specifications and drawings may be obtained from the Bid Distribution office; however, the closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#129165
 
Record
SN01533307-W 20080316/080314231403 (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.