SOLICITATION NOTICE
70 -- ROTOR MOUNTED DATA ACQUISITION AND TRANSMISSION SYSTEMS
- Notice Date
- 6/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA06163734Q-AMG
- Response Due
- 7/12/2006
- Archive Date
- 6/26/2007
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one Rotor Mounted Data Acquisition and Transmission System (RMDATS). A Statement of Work that describes the work to be accomplished is attached to this Synopsis. The objective of the attached statement of work is to procure a Rotor Mounted Data Acquisition and Transmission System (RMDATS) that will be used for taking measurements of rotor mounted sensors during wind tunnel testing of large-scale rotorcraft models. RMDATS will condition 256 rotating helicopter model blade transducers, digitize transducer outputs, transmit digitized data from the rotating to the stationary plane, and then display and store the digitalized data on a PC located 210? away from the model. All sensors connected to the RMDATS will be digitized simultaneously upon the arrival of an external signal issued by an encoder that measures rotor azimuth position. Data displayed and stored on the fixed frame PC must maintain the channel synchronization and azimuth position correlation. To meet these requirements, we anticipate that the RMDATS will be composed of three subsystems. The Rotating Subsystem will condition and digitized transducer outputs. The Transmission Subsystem will transmit digitized data and control information to the Ground Subsystem, as well as transmit control commands up to the Rotating Subsystem. The Ground Subsystem will be a workstation that controls the operating state of the Rotating Subsystem as well as displays and stores raw data and system status information. Offerors shall address each of the items in the statement of work and detail how their proposed system meets the listed specifications. Items may be separately priced, however a total system price must be indicated as a single award for a total system will be made. The following forms and/or online submissions must be completed by the offeror: (1) Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://vets100.cudenver.edu/ . The NAICS Code and the small business size standard for this procurement are 334513 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 12 months After Receipt of Offer (ARO). Delivery shall be FOB Destination. All contractual and technical questions must be in writing (e-mail or fax) to the contract specialist, Christine M. Benavides not later than July 3, 2006. Telephone questions will not be accepted. Offers for the items(s) described above are due by 11:00 AM Pacific Time, July 12, 2006 to the contract specialist, Christine M. Benavides, by any of the following: Mailed to NASA Ames Research Center, M/S 227-4, Building 227, room 119, Moffett Field, CA 94035-1000, Attn: Christine M. Benavides, or Faxed to: 650-604-0270, or Emailed to: cbenavides@mail.arc.nasa.gov. The quotation must include a list of customers who have purchased identical or similar systems (with complete customer contact information). The quotation must also include: solicitation number (NNA0660031Q-AMG), FOB destination to this Center, (or applicable estimated shipping costs to Moffett Field, CA 94035-1000), proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. The DPAS rating for this procurement is DO-C9. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The Federal Acquisition Regulations (FAR) may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm . The provisions and clauses in the RFQ are those in effect through FAC 2005-08. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The following NASA FAR Supplement (NFS) clauses are applicable: NFS 1852.215-84, Ombudsman, (Insert: Lewis Braxton (650)604-5068); NFS 1852.223-72, Safety and Health (Short Form) (April 2002; NFS 1852.237-73, Release of Sensitive Information (June 2005). Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, delivery time, past performance, and price. Other critical requirements: Maintenance, warranty, training, and on-site support shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#120861)
- Record
- SN01077965-W 20060628/060626220945 (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 |