Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOURCES SOUGHT

59 -- High Speed

Notice Date
6/29/2016
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
AMD-SS-04349
 
Archive Date
7/21/2016
 
Point of Contact
Christopher R. McGucken, Phone: 3019758249
 
E-Mail Address
christopher.mcgucken@nist.gov
(christopher.mcgucken@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
TITLE: High Speed Data Acquisition System OPDIV: NIST, Physical Measurement Laboratory (PML) This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses in accordance with FAR 7.104(d). The potential business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the National Institute of Standards and Technology (NIST) to award a contract. BACKGROUND The National Institute of Standards and Technology's (NIST) Engineering Physics Division (EPD) requires a high-speed data acquisition system for part of its research in optical measurement of acceleration. CONTRACTOR REQUIREMENTS To meet the purpose and objective of this requirement, the Contractor shall provide documentation demonstrating the capability to provide one (1) integrated high-speed data acquisition system, capable of meeting or exceeding the following salient characteristics: 1.General System Requirements. a.)The system shall not require a separate PC to acquire, store, analyze or display data, but, the system should have the capability to allow for the optional exchange of data and control over USB and Ethernet. b.)The data acquisition and display shall be capable of being fully operable from front panel input controls (e.g. using buttons, knobs or touch screen). c.)Shall be capable of real-time display of at least 8 channels of acquired data simultaneously. d.)Shall allow bandwidth limiting filters that may be selected from the front panel. e.)Shall have analysis capabilities must include max, min, average, peak-to-peak, standard deviation, true rms and Fourier transform. f.)Shall be a stand alone and capable of fitting within a standard 19" equipment rack and within a volume 18" by 18" by 12" and weighs less than 12kg. In addition the system shall have the capability to be mounted. g.)Shall have the capability of an internal timebase accurate to ±5ppm upon delivery and ±10ppm after ten years. h.)System shall have the capability to accept an external 1MHz TTL signal as a time base. i.)Shall have a demonstrated upgrade path to at least 16 channels of differential, 24-bit, 250kHz voltage measurement installed inside the unit. j.)Capability to exchange data and be controlled by a PC running Windows or OS X using USB and Ethernet. 2.The system shall be capable of 2MHz low voltage measurement, meeting or exceeding the following salient capabilities: a.)Shall be capable of variable sample rate from 1Hz to 2MHz b.)Shall be capable of 18 bit ADCs c.)Shall be capable of variable input ranges from ±10mv to ±50V d.)Shall have inputs are differential and unbalanced using BNC connectors with the shields isolated from the front panel e.)Shall have common mode rejection ratio on ±1V range -90dB or better at 1kHz. f.)Shall have channels are isolated from chassis and each other. g.)Shall have channel to channel crosstalk better than -120dB at 1kHz on 20mV range (terminated with 50 Ohms and sine waves on adjacent channels). h.)Shall have AC, DC, and ground coupling of inputs i.)Shall have a hardware antialiasing filter, as well as selectable bandwidth limiting filters (bandwidth from 1Hz to at least 250kHz). j.)Shall include at least 8 digital inputs, 2 digital outputs, and 2 counter/timer channels k.)Shall have the capability to read IEPE sensors with TEDS support RMS noise on ±100mv range with 50 Ohm termination less than or equal to 50µV with anti aliasing and 250kHz filters. l.)Shall have a maximum static error on ±100mv range less than or equal to 70µV with anti aliasing and 250kHz filters. 3.The system shall be capable of 200kHz High Voltage Measurement, meeting or exceeding the following minimum salient capabilities: a.)Shall have a minimum of six (6) channels of simultaneous voltage measurement with the following requirements; b.)Shall have a variable sample rate from 1Hz to 200kHz c.)Shall have an 18 bit ADCs d.)Shall have a variable input ranges from ±20mv to ±1000V e.)Shall have inputs use BNC or banana connectors and are differential, balanced and isolated f.)Shall have a common mode rejection ratio on ±1V range -90dB or better at 1kHz. g.)Shall have channels are isolated from chassis and each other. h.)Shall have channel to channel crosstalk better than -120dB at 1 kHz on 40mV range (terminated with 50 Ohms and sine waves on adjacent channels). i.)Shall have AC, DC, and ground coupling of inputs j.)Shall includes a hardware antialiasing filter, as well as selectable bandwidth limiting filters (bandwidth from 1Hz to at least 50kHz). k.)Shall include includes at least 8 digital inputs, 2 digital outputs, and 2 counter/timer channels l.)Shall have a RMS noise on ±100mv range with 50 Ohm termination less than or equal to 85µV with anti aliasing and 50kHz filters. m.)Shall have a maximum static error on ±100mv range less than or equal to 85µV with anti aliasing and 50kHz filters. Trade and Service 1.Vendors should include information regarding warranty availability, duration and coverage. Capability statements must demonstrate the minimum requirements outlined above. Please address each in the order listed above. Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address. 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to provide the stated requirements may submit capability statements via email or regular mail to the point of contact listed below. Responses shall be limited to 10 pages. Responses must be received not later than 3:00PM Eastern Time, July 6th, 2016. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Christopher.McGucken@nist.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-SS-04349/listing.html)
 
Place of Performance
Address: Gaithersburg, Maryland, United States
 
Record
SN04166708-W 20160701/160629235535-509d5b335bd1b9ca0ab7d0f304420d0c (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.