Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOLICITATION NOTICE

99 -- Data acquisition system that can be used for field data collection

Notice Date
12/22/2010
 
Notice Type
Presolicitation
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-T-D015
 
Response Due
1/5/2011
 
Archive Date
1/5/2012
 
Point of Contact
Gherin Fracasso, Contract Specialist, (973)724-2775
 
E-Mail Address
Gherin Fracasso
(gherin.fracasso@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items with 100% small business set-aside prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested with a written solicitation will not be issued. Solicitation number W15QKN-11-T-D015 a Request For Proposal (RFP) along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-28, The U.S. Army ARDEC, Picatinny Arsenal, NJ intends to award on a competitive basis a purchase order for a Data Acquisition System that can be used for field data collection and meets the following salient features: 1) 24 analog channels with at least 16 bit resolution and 16 digital channels.2) Software programmable filters of no less than 8 pole elliptic. If filter settings affect groups of channels, there must be no more than 4 channels per group.3) Unipolar and bipolar operation with an input voltage of at least +/- 10 volts in bipolar mode.4) Simultaneous sample and hold on all channels with timing offset less than 100ns.5) Programmable filter with no less than 500 discrete steps between 400Hz to 100KHz.6) Input noise must be less than 2 least significant bits (RMS)7) Manufacturer must provide a rack mount kit for the system8) Weight not to exceed 10 pounds, dimensions not to exceed 6 height, 9 length, 11.5 width for possible rack mounting.9) System must be capable of operation over a range of voltage which could be anywhere between 10 volts and 30 volts DC. 10) Power consumption must not exceed 40 watts11) System must be controlled through, and communicate sampled data through a 10/100 Ethernet port 12) Input bandwidth must be equal to or greater than 500kHz.13) System must meet MIL STD 810E specifications for vibration.14) System meet critical specifications as listed in 20-23 over operating temperature range of 0C to 50 C 15) Analog input connectors must be BNC.16) Analog channels must have internal programmable gain amplifiers with up to 100x gain.17) System must have a carry handle18) Full operators manual on CD including configuration and connection instructions19) System must have a software development kit suitable for development of applications by the government Microsoft Visual Studio programming environment included at no additional cost.20) Offset of no more than 1 LSB 21) Accuracy of no less than 0.1% full scale of measurement range, measured with a DC signal. 22) Linearity of no less than -60 dB up to specified low pass filter cutoff point 23) Crosstalk between any two channels must be less than -85 dB The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR: 52.212-1, 52.212-3, 52.212-4 & 52.212-5(April 2010)(Dev), 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.247-34. DFAR: 252.212-7000 and 252.212-7001. The following additional DFAR Clauses under 52.212-7001 also apply to this acquisition; 252.203-7000, 252.225-7036, 252.232-7003 and 252.247-7023 Alt III. The following local clauses also apply: ARDEC 30- AcceptanceARDEC 31- Government Property Quality Assurance ActionsARDEC 59- PaymentARDEC 68- Identification of Contractor Employees (Dec 05)ARDEC 163- Disclosure of Unit price information JM&L 182-Army Electric Invoicing InstructionsJM&L 191-Electronic & Non-Electronic Proposal Submission Requirement (July 2009) 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm52.212-1 Addenda- QUOTE SUBMISSIONThis section contains quote submission instructions as well as specific quote requirements for the solicitation.The offerors quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote.All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. US Army Joint Munitions and LethalityLife Cycle Management CenterCCJM-JA,Gherin Fracasso, Bldg. 10Picatinny Arsenal, NJ 07806-5000Electronic mail: gherin.fracasso@us.army.mil *FOB Destination - Picatinny Aresenal, NJ Delivery Address to be determined* 1. Basis for Award The Government plans to award a single firm fixed price purchase order as a result of this Request for Quotation (RFQ). The evaluation of quotes shall be conducted utilizing the lowest priced technically acceptable evaluation approach. Selection of a quote for award will be based on an evaluation of quotes in the areas of Technical and Price with award being made to the quoter whose quote is the lowest priced and is technically acceptable. Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. 2. Areas to be Evaluated: (1)Technical(2)Price 3. Evaluation Approach Careful, complete, and impartial consideration will be given to all quotes received pursuant to this RFQ. A team of Government personnel will evaluate each quote in the areas described below. (1) Technical: The technical portion of the quote will be rated acceptable or unacceptable based on assessment of the stated minimum requirements below. These items are deemed critical to meet the Governments requirement. If any one of these requirements is rated as unacceptable this will result in an overall technical rating of unacceptable and the quote will not be considered any further. In order for a quote to be deemed acceptable it must meet the following minimum criteria: 1) 24 analog channels with at least 16 bit resolution and 16 digital channels.2) Software programmable filters of no less than 8 pole elliptic. If filter settings affect groups of channels, there must be no more than 4 channels per group.3) Unipolar and bipolar operation with an input voltage of at least +/- 10 volts in bipolar mode.4) Simultaneous sample and hold on all channels with timing offset less than 100ns.5) Programmable filter with no less than 500 discrete steps between 400Hz to 100KHz.6) Input noise must be less than 2 least significant bits (RMS)7) Manufacturer must provide a rack mount kit for the system8) Weight not to exceed 10 pounds, dimensions not to exceed 6 height, 9 length, 11.5 width for possible rack mounting.9) System must be capable of operation over a range of voltage which could be anywhere between 10 volts and 30 volts DC. 10) Power consumption must not exceed 40 watts11) System must be controlled through, and communicate sampled data through a 10/100 Ethernet port 12) Input bandwidth must be equal to or greater than 500kHz.13) System must meet MIL STD 810E specifications for vibration.14) System meet critical specifications as listed in 20-23 over operating temperature range of 0C to 50 C 15) Analog input connectors must be BNC.16) Analog channels must have internal programmable gain amplifiers with up to 100x gain.17) System must have a carry handle18) Full operators manual on CD including configuration and connection instructions19) System must have a software development kit suitable for development of applications by the government Microsoft Visual Studio programming environment included at no additional cost.20) Offset of no more than 1 LSB21) Accuracy of no less than 0.1% full scale of measurement range, measured with a DC signal.22) Linearity of no less than -60 dB up to specified low pass filter cutoff point23) Crosstalk between any two channels must be less than -85 dB (2)Price: The quoted price will be evaluated for reasonableness. Price of all areas will be added together to achieve one overall Price. Notice of award, STD form 1449, shall result in a binding contract without further action by either party. Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your companys representations and certifications are current and available via Online Representations and Certifications Application (ORCA). Point of Contact: Mr. Gherin Fracasso, (973) 724-2775. Quotes must be received on or before 5 Jan 2011 No Later Than EST 1500. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34b98533ea2a1ba7b678efa1994538ef)
 
Record
SN02349680-W 20101224/101222234655-34b98533ea2a1ba7b678efa1994538ef (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.