Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

66 -- Data Recorder Acquisition

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-08-T-0110
 
Response Due
9/9/2008
 
Point of Contact
Danielle Ramos, Phone: 732-323-1077, Elaine Lovering,, Phone: 732-323-5221
 
E-Mail Address
danielle.ramos1@navy.mil, elaine.lovering@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for Commercial items authorized under FAR Subpart 13.5 Simplified Acquisition and prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is 100% Set Aside for Small Business. FOB: Destination. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ is looking to procure Quantity (1) one each of a Data Recorder portable all-in- one system consisting of a computer, touch screen, and several plug-and-play data acquisition modules. Chassis and Controller specifications for the data recorder; (1) Processor: Minimum 1.8 GHz, single core or better (2) RAM: 1GB (3) Display: Chassis-mounted Touch Screen, LCD 12” or larger (4) Data Storage (system): minimum 100GB (5) Data Storage (removable): minimum 100GB (6) Drives: DVD-R 8x Burner or better (7) DVD-R 8x Read or better. Note: The speeds for burning and reading must be the same (8) Ports required (minimum 1 each): Gigabit Ethernet, Serial, VGA, IEEE 1394, parallel (9) Ports required (minimum 4 each): USB 2.0. Onscreen controls for data playback and displaying scaling/zooming are required. Overall Data Acquisition specifications: (1) Expandable to minimum 16 total channels (2) Acquisition Modes: Continuous, Transient, and Real-Time FFT (3) Sampling rates: Time Domain: 1 Sample/sec to 200kS/s per channel or better. Must be able to sample and record continuously for minimum 16 channels, with a minimum of two different sampling rates. (4) A/D Converter: Dedicated converter for each channel, not shared (5) Input connection types: banana clip or BNC (6) Resolution: minimum 24 bit. (7) Must have programmable digital filters independently applicable to any or all channels. (8) Must be able to export data as an Excel spreadsheet. (9) Must be able to export screen captures of acquired data. High Voltage specifications for the data recorder: (1) Minimum 8 high voltage isolated channels, with a maximum input voltage of ±1000Vrms or better. (2) Must have built-in over voltage protection. (3) Noise floor must be -135 dBor better. Transducer Channel Specs: (1) Minimum 8 differential input channels capable of supporting IEEE 1451.4 (TEDS) two-wire input devices (2) Maximum input voltage ± 25V or better (3) SNR must be > 100dB (4) THD must be < -105 dBfs. Required Accessories: (1) one mouse, (1) one keyboard, (1) one carrying bag. Ship to: Lakehurst, NJ 08733. Inspection and Acceptance at Destination. FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest price offered. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARS 252.212-700 Offeror Representations and Certifications – Commercial Items (Nov 1995) with its offer. Notice of Small Business Set Aside, FAR Clause 52.219-6. FAR 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following Provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-8, Utilization of Small Business Concerns; 52.222-35, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 252.232-7003, 52.247-64 Preference for Privately Owned U.S. – Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buyer American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Warranty: the Offeror’s commercial warranty of a least one (1) year shall apply and should be stated in the quotation. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and the claim procedures. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Refer to the following website for information on clauses incorporated into the announcement: http://farsite.hill.af.mil/. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. All responses will be made to Danielle Ramos at fax 732-323-2359 or Email: danielle.ramos1@navy.mil. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Closing date is 9 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d12df1f801cc704fb176f5c99ad8557&tab=core&_cview=1)
 
Place of Performance
Address: ., United States
 
Record
SN01650406-W 20080827/080825222509-5d12df1f801cc704fb176f5c99ad8557 (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.