Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOLICITATION NOTICE

99 -- Rugged Data Acquisition System

Notice Date
4/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R12T1021
 
Response Due
4/12/2012
 
Archive Date
6/11/2012
 
Point of Contact
LaTasha A. Isaac, 928-328-6162
 
E-Mail Address
MICC Center - Yuma Proving Ground
(latasha.a.isaac.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 and a written solicitation will not be issued. Combined Synopsis Solicitation Solicitation No: W9124R-12-T-1021 This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-57, Effective 15 March 20112 and Defense Federal Regulation Supplement (DFARs), current to DPN 20120312 (Effective 15 March 2012) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. This solicitation is issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-12-T-1021. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 334419 with a size standard of 500 employees. Per FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Offerors shall submit sufficient technical literature to enable the Government to determine that the proposed items meet or exceed all the minimum salient characteristics. All quotes shall include shipping costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for a Rugged Data Acquisition System. The quote shall consist of Contract Line Item Number (CLIN) 0001: Rugged Data Acquisition System, 1 each. Payment will be made by Government Wide Area Work Flow (WAWF). Salient Characteristics: Rugged Data Acquisition System This data acquisition system shall be capable of operating in the climate of the Sonoran Desert at high ambient temperatures with blowing dust and sand. It shall be capable of acquiring 64 channels of data from a variety of sensor types such as analog voltages, analog video (composite), Rs-232 GPS data and accomplishing all of the data acquisition synchronously to the same data file for later analysis. Software shall be included with the capability for 128 channels of data analysis. The system shall also operate in various types of automotive vehicles (military) from batteries that are internal to the data acquisition system and are removable one at a time without affecting system operation in any way (hot swappable). This system shall be expandable to 128 data channels with the addition of an identical size system with no loss of data synchronization. This specification is for procurement of a 64 channel system and it's expansion system. Maximum Dimensions:Each 64 channel system shall have a maximum width of 18inches, depth of 9 inches and height of 8 inches. Modularity:Each system shall have removable and replaceable modules interchangeable from the front panel. These modules shall use D-sub DE9 socket connectors with threaded studs for mating with 4-40 jackscrews on mating connector plugs. Environmental: Temperature:Minimum operating temperature range of zero to plus 50 degrees Celsius. Shock:The system shall be fully operational while in all three axis of x, y, z the system is subjected to 500 G of shock 2 millisecond duration half-sine pulse in groups of 3 pulses. Vibration:The system shall be fully operational while being subjected to vertical vibration of changing frequency sweeping from 10 Hz to 500 Hz with a 3 G magnitude at a sweep rate of 1 octave per minute. Signal Input Capabilities: TEDS sensors shall be supported. Dynamic Signal Inputs:Must be capable of recording 64 dynamic (AC) signals using removable plug-in signal conditioners. System must provide 64-channel strain gage / voltage input with the following measure modes: full bridge, bridge, bridge 120 Ohm, bridge 350 Ohm or voltage input. Full bridge sensors 120 Ohm to 10 kOhm. Internal completion shall be used for bridge and bridge sensors. There shall be 14 programmable ranges for strain gages from 0.5 to 1000 mV/V (@ 10 V excitation). In voltage mode there shall be 15 programmable ranges from 5 mV to 10 V with a basic accuracy 0.05 %, bandwidth DC to 30 kHz with programmable excitation voltage from 0 to 12 VDC. The systems shall also accept signals from modular signal conditioning adapters with model numbers MSI-BR-ACC IEPE/ICP accelerometer signal conditioner (quantity of 36), MSI-BR-TH-K thermocouple type k signal conditioner(quantity of 10) and MSI-BR-V-200 +/- 200 volt signal input adapter(quantity of 6) available from Dewetron, Inc. and automatically identify them using TEDS with the supplied software in order to automatically configure the system for proper data acquisition operation. Video Input: The system shall be compatible with a USB camera, and must be able to record video images continuously along with the dynamic and static signal inputs described above. Video shall be replayed with the sensor data on the same screen using the supplied software. Video and sensor data shall be exportable to an AVI file from the analysis mode of the software. GPS satellite: The system shall include a GPS receiver that shall provide a synchronized internal clock source for A/D cards. Freq range: 1 to 10 MHz PPS synchronization. Having an accuracy of 250 ns PPS synchronization accuracy. The free-running, no GPS satellites in use, clock accuracy shall be <0.5 ppm. The GPS receiver shall provide four programmable TTL clock outputs. Signal filtering: The system shall be capable of filtering 64 channels with a 4-pole filter using 5 selectable filters: 10, 100 Hz, 1k, 10k, 20 kHz and having the bypass characteristics of a Butterworth filter with gain = 1 using a single ended input and output DC accuracy of 0.02 % with a cutoff frequency that is -3 dB 1.5 dB. Input Setup User Interface and Capabilities: The system must provide a graphical user interface for setup and control of all operating parameters. These include, at a minimum: Input calibration/scaling to engineering units, either by direct numeric scale entry, or via push-button calibration to incoming high and low calibration signals. System must also provide push-button calibration to incoming AC calibration signals via an RMS calibration function. Selection of which input signals to monitor and record, selection of sample rate from all available possibilities, trigger level(s), and pre/post trigger parameters. Set-up and monitoring of high/low alarm levels for each input. The option to save all setup parameters, including scaling and input calibration to an unlimited number of configuration files. The system must allow for saving and reloading of configuration files in the future in order to reduce setup time. Set-up and monitoring of mathematically derived channels using a high-level formula builder. Single and multi-channel operations must be possible, such as multiplying two channels together, and applying algebraic and logic functions. In addition, constants must be able to be defined and used within the expressions. Software Capabilities: The system must provide data displays of the following types, at a minimum: Meter display - each input shown in a meter or bar graph, which can be set to display incoming data as an actual value, RMS value, AC RMS value, running average, minimum, or maximum value. It must be possible to show an image in the background of the display, which can be any jpg, gif, or bmp, and position the meters freely above it. This is important to create a graphical display of a system test, with clear indication of the location of all sensors and signal pickups. It must be possible to set high/low alarm levels on each input, which will cause the input to change color when the conditions are met. Video monitoring and recording displays -It must be possible to attach a USB "web camera" to the system and input a video feed. This video feed must be able to be sized and positioned anywhere on the Meter display, or shown on a separate video display. Scope display - 16 channel oscilloscope modes must be selectable to free run, normal, or auto mode, and have trigger level and pre/post trigger levels selectable when in the normal or auto modes. Recorder display - must be able to display data in the traditional "strip chart recorder" mode of 16 vertical or horizontal traces. The time-base/scroll-rate of this display must be user- selectable. It must be possible to stop the data from moving in order to zoom in on data from several minutes before, without interrupting recording. When this function is being used, the system must provide bar graphs that show the "live" or current input signal conditions. It must be possible to set high/low alarm levels for each input, and the system must indicate graphically whether these levels have been met or exceeded during a test, and provide an easy way to see exactly when the conditions were met or exceeded, and what the signal level was, without interrupting recording. Video+Data display - must be able to display both signal input data and video data from any standard USB camera or video source, within a single display. The video window should be sizable, and the data must be displayed below or above it in a horizontal strip chart fashion. The user must be able to choose which signal inputs are displayed in the strip charts, up to at least four inputs. Data Display Capabilities - Transient Signal Inputs a) The system must provide a preview of incoming transient data that allows the user to see the general characteristics of the waveform and set the trigger level, scale, and trigger position for acquisition to RAM. On-screen cursors shall be provided for taking measurements from data, including amplitude measurements at any location on the signal, as well as measuring the time/frequency delta (difference) between any two visible points. b) The system must include a dual-port video output so that a second flat-panel display can be attached to the system. Printing Capabilities a) The system software must allow captured data to be printed immediately after acquisition, in full- color, using any locally connected or network-connected industry standard printer b) No special or proprietary paper or printers will be considered c) Any Windows-compatible printer shall be connectable locally via either EPP parallel port interface, or via USB d) Any Windows-compatible printer can be connectable remotely via standard Ethernet connection using TCP/IP and other standard Windows protocols. Report Generation Capabilities a) The system software must allow captured data to be reviewed on-screen immediately after acquisition, in full-color, using on-screen cursors for making measurements and altering the time- axis to "zoom in" on areas of interest and spread them out across the maximum useable width of the display. b) The system software must provide easy exporting of the data to a variety of data formats, including: Microsoft Excel, Matlab, National Instruments Diadem, and delimited ASCII text format. c) Video data acquired must be exportable to the Windows standard AVI multimedia format, and must include also the waveforms in a graph below the video window d) The system software must be capable of saving or "trimming" a file to a subset of the original data file in its native format, as a means of reducing storage requirements. e) The system software must be a stand-alone Windows program which can be installed on any computer in our facility, license and royalty-free, to facilitate the off-line analysis of acquired data by a wide group of users. All functions of the analysis portion of the system software must be useable when installed on any Windows PC, and when a data file is loaded into it, including report generation, zooming and on-screen measurements, printing of data files, and exporting selected data to other file formats. Aggregate Data throughput: 40 MB per second or greater. Data Recording Capability: Must be able to record data to removable solid state hard drive continuously up to 200 KHz/channel (non-aggregate) with a minimum of 22-bit resolution. Power Requirements: The system shall also operate in various types of automotive vehicles (military) from batteries that are internal to the data acquisition system and are removable one at a time without affecting system operation in any way (hot swappable). The minimum duration of full system operation from batteries internal to the system without external power applied for charging shall be three hours. Operation from an external DC voltage source of 9 to 36 volts. The system must be capable of operating from 120 VAC @ 60 Hz. The system must include a charging method for the internal batteries. The following Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), NOTE: In order to complete the Representations and Certification for the following referenced provisions, you must go to the following website at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced provision, copy and paste it to a word document and complete FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2012), with Alternate I (April 2011) and DFARS 252.212-7000 Offer Representations and Certifications- Commercial Items (June 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certification Application (ORCA) website at http://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition Addenda's attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Mar 2012) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012). FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.219-6 Notice of Total Small Business Aside (Nov 2011), FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (March 2012), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010), FAR 52.222-37 Employment Reports on Veterans (Sep 2010), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Contractor (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003 ), FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998), DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005), DFARS 252.225-7000 Buy American Act-- Balance Of Payments Program Certificate (Dec 2009), DFARS 252.212-7001Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012), DFARS 252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011), DFARS 252.225-7001Buy American Act - Balance of Payments Program (OCT 2011), DFARS 252.232-7003 Electronic Submission of Payment,(10 U.S.C. 2410) (Mar 2008), DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)(10 U.S.C 2410), Alternate III (MAY 2002) of 252.247-7023, DFARS 252.211-7003 Item Identification and Validation (Jun 2011), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006). Deviation 2012-00004 Class Deviation - Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) MICC/Local Clauses: AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC Level Protest Procedure. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the Point of Contact (POC) identified below no later than Thursday, 05 April 2012 at 8:00 a.m. MST. This RFQ closes on Thursday, 12 April 2012 at 8:00AM Mountain Standard Time (MST). Responses to the RFQ shall be submitted by the closing date indicated in the CSS to the POC identified below. All responding vendors must be actively registered with the Central Contractor Registration (CCR) prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/(https://www.bpn.gov/ccr/default.aspx).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/542dffad8b48e72a578737ecd6a19848)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02711895-W 20120404/120402235500-542dffad8b48e72a578737ecd6a19848 (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.