Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

59 -- SIGNAL CONDITIONER AMPLIFIERS

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11371929Q
 
Response Due
2/23/2011
 
Archive Date
2/11/2012
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a request for Quotations (RFQ) for 100 EACH SignalConditional Amplifiers that meet or exceed the following specifications: 1. 110 Vac, 60hz operation, 2. Each signal conditioner module provides its channel with its ownindependent power supply and each excitation supply and output circuit is isolated fromall other channels, 3. Each signal conditioner module capable of providingconstant-voltage excitation (0.5 to 15V), 4. Each signal conditioner module capable ofproviding constant-current excitation (0.5 to 30 mA), 5. Constant voltage or constantcurrent excitation independently selectable for each module, 6. Constant voltage orconstant current excitation indicator on front panel, 7. Provide front panel jacks tomeasure excitation and signal output, 8. Provide for AC or DC coupling, 9. Two buffered+/- 10 V outputs including an AC coupled output, 10. 4 pole low-pass Bessel filters withminimum 1, 10, 100, 1000 and 10,000 Hz cutoffs, 11. Bridge completion circuits forquarter and half bridge strain gage instrumentation, 12. Compatible with 120 ohm, 350 ohmor 1000 ohm strain gages and strain gage type transducers, 13. Built in shunt calibrationcapability, 14. Front panel and optically isolated shunt calibration relays for remotelyinitiated calibration, 15. Fully grounded input amplifier, 16. +/- 350 Vdc or Vac commonmode amplifier operating voltage, 17. Amplifier calibrated continuously adjustable gainfrom 1 to 3300, 18. Amplifier gain adjustable from front panel, 19. Provide for 2 to 10wire input configurations plus shield, remote sense, 20. Capable of +/- 50 Vdc or Vacdifferential input voltage, 21. Minimum 250 Kohm guard impedence to output common, 22.Minimum 1000 Mohm guard impedence to power and chassis ground, 23. Outputs protectedagainst continuous shorts, 24. Front panel and remote optically isolated automaticbalance, 25.Maximum balance time 8 seconds, 26. Minimum balance range +/- 30,000microstrain with -.50 microstrain resolution, 27. Front panel indication of balancecondition and overload, 28. Battery backup of balance value in case of power outage, 29.Floating, guarded input, 30. Minimum 22 Mohm dc coupled input impedence, 31. Linearityequal to or better than +/- 0.01 % full scale, 32. Maximum absolute 3 dB frequencyresponse, dc to 100khz, for all settings and outputs levels, 33. Maximum absolute 0.5 dBfrequency response, dc to 50 kHz, for all settings and output levels, 34. Maximumabsolute 3 dB frequency response, dc to 240 kHz, for a step gain of X1, 35. Maximum noise3 microV, 0.1 hz to 100 khz rms referred to input, 36. Minimum common moderejection (dB), A. Gain X1, 82; B. Gain X10, 102; C. Gain X100, 122; D. Gain X300, 135, 37. Input connector: Bendix PT06A-14-15(SR) for use in existing standard systemconfigurations with the following wiring pinouts: A. Signal ; B. Return lead to theinternal 120 ohm dummy resistor; C. Return lead to the internal 350 ohm dummy resistor;E. RCal Resistor 2; F. Remote Sense +; G. Remote Sense ; H. Half Bridge Connection; J.Signal +; K. Excitation -; L. Excitation +; M. RCal Resistor 1; N. RCal Resistor 2; P.Guard Circuit; R. RCalResistor 1, 38. Output connectors (2): BNC for connection toexisting system configurations, 39. Output drive capability minimum 500 feet with 50 ohmcoaxial cable, 40. Must be compatible with existing Vishay 10 slot 2250A signalconditioner chassis for use in existing systems, 41. No microprocessor setup andprogramming or Ethernet, serial or IEEE connectivity required; 42. All setup donemanually through front panel controls or jumper switches inside, 43. Qty of 10 signalconditioners fit in a 4U (7') standard 19' rack space with a maximum depth of 22'utilizing the Vishay 2250A signal conditioner chassis.The provisions and clauses in the RFQ are those in effect through FAC 2005-49. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland OH 44135 isrequired within 120 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 p.m. Wednesday February 23, 2011to NASA GRC, ATTN: Bernadette Kan, MS 60-1, 21000 Brookpark Road, Cleveland OH 44135 andmust include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.O.B. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of SensitiveInformation. (JUN 2005).FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to theGovernment (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402),52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)(Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interestwhen Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC2010), 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644), 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and(3)), 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C.632(a)(2)), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, ChildLabor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126), 52.222-21Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR2007)(E.O. 11246), 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212), 52.222-36,Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37,Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212), 52.222-50, CombatingTrafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.222-99 Notification Of EmployeeRights Under The National Labor Relations Act (Deviation), 52.223-18 Contractor Policy toBan Text Messaging While Driving (SEP 2010)(E.O.13513), 52.225-1, Buy American Act -Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain ForeignPurchase (JUN 2008)(E.O.'s proclamations, and statutes administered by the Office ofForeign Assets Control of the Department of the Treasury), 52.232-33, Payment byElectronic Funds Transfer - Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than February 22, 2011. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: The products quoted must meetthe specifications as listed above and the manufacturer's own published specifications. The most recent testing data must accompany the manufacturer's descriptive literature. Itis critical that offerors provide adequate product detail to allow evaluation of theiroffer.(SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11371929Q/listing.html)
 
Record
SN02378888-W 20110213/110211234639-3be0038b8f665021ba619c54337049c7 (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.