Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOLICITATION NOTICE

66 -- Multifunction Data Acquisition (DAQ) System

Notice Date
8/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0706
 
Archive Date
9/15/2012
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. Background: The Engineering Laboratory at the National Institute of Standards & Technology (NIST) requires a Multifunction Data Acquisition (DAQ) System that is accurate, dynamic and flexible to support the wide range of measurement needs of our Cyber-Physical System (CPS) Test Facility. The system will need to sample and store data from multiple types of sensors, each with their own frequency and signal range. Data types that will be measured include load cells, thermocouples, transducers, strain gages, humidity, and UV exposure. All interested Contractors may provide a quote for the following: Line Item 0001: Quantity Two (2) Multifunction Data Acquisition (DAQ) System, which shall meet or exceed the following minimum specifications: General Requirements: 1. The system must consist of a series of modular multichannel data acquisition and control units. 2. Each unit must consist of a controller with serial, USB and parallel port, analog to digital converters, digital to analog convertors, digital counters, TTL digital input and output channels, and input terminal blocks. 3. Each unit must be capable of independently measuring input from devices such as thermocouples, thermopiles (0 - 50 mV), gas analyzers (0 - 10 V or 0 - 20 mA output), strain gauges, resistance temperature detectors, load cells, photo detectors, and any other measurement devices with analog (Direct Current Voltage) or digital outputs (i.e., RS232, GPIB, USB, TCP/IP). 4. The units must be deployable in several different configurations including portable instruments racks, hardened cases, and conditioned boxes. 5. Each unit must be given a unique identification number and shall be set to run in a stand-alone mode or as part of a globally distributed synchronized data acquisition system. 6. The system must be compatible with National Instruments LabVIEW software. Component Requirements: 1. Must be 19-inch rack mountable. 2. Total system warm-up time must be ≤ 15 minutes. 3. Must include cables and terminal blocks for connecting analog and digital signals. 4. Must have flexibility in its measurement system configurations for variable types and numbers of sensors (scalability of modules). 5. Must have real-time Windows 64-bit operating environment. 6. Must have ability to expand the system in the future through either additional slots for expansion and/or separate modules that can be connected and synchronized for data acquisition without additional programming. Expansion chassis and modules must have similar dimensions and a common interface for packaging/storage/logistics. Controller Requirements: 1. 32 GB solid state drive. 2. 2.5 GHz dual core processor. 3. Up to 1 GB/s system and up to 250 MB/s slot bandwidth. 4. 1 GB (1 x 1 GB DIMM) dual-channel 800 MHz DDR2 RAM standard, 4 GB (1 x 4 GB DIMM) RAM. 5. 80 GB integrated hard drive SATA. 6. 10/100/1000BASE-TX Ethernet port. 7. DVI-I video connector. 8. IEEE 1284 ECP/EPP parallel port. 9. GPIB (IEEE 488) controller 10. 4 ports for USB 2.0 host interface. 11. RS-232 serial port host interface. 12. Generic interface bus with digital I/O. 13. Software: OS and drivers already installed and hard drive based recovery image. Module Requirements: 1. 32 analog inputs. 2. 2 MS/s max sampling rate/channel. 3. 4 analog outputs. 4. 48 digital I/O lines 5. 10 MHz max digital I/O rate Chassis Requirements: 1. 8-slot chassis. 2. Must accept 3U PXI, PXI Express, CompactPCI, and CompactPCI Express modules. 3. 1 PXI Express system slot. 4. 7 peripheral slots: 7 PXI Express compatible, 4 PXI compatible, and 1 PXI Express system timing compatible. 5. Up to 1 GB/s per slot dedicated bandwidth (x4 PCI Expess), 4 GB/s total system bandwidth. 6. Quiet operation for 0 - 30°C at 43.6 dBA. 7. Low-jitter internal 10 MHz reference clock for PXI slots with 25 ppm stability. 8. Low-jitter internal 100 MHz reference clock for PXI Express slots with 25 ppm stability. Training: The Contractor shall provide training on the system for at least one half day on-site at NIST, Gaithersburg, MD campus. Training shall be provided for 2 - 3 NIST employees. Training shall include a review of equipment setup, operation, and data analysis options. Warranty: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. In addition, please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Inspection and Acceptance Criteria: The Government will inspect and accept the equipment within one (1) week after installation is completed. Upon delivery, and again during unpacking, NIST will inspect for shipping damage and lost or missing equipment. The equipment will be run and examined for conformance to NIST specifications. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications - Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10 Reporting Subcontracting Awards 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (ii) Alternate I of 52.225-3 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 1352.201-70 Contracting Officers Authority 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Friday, August 31, 2012. Quotations must be submitted via e-mail at joshua.holliday@nist.gov. Fax quotations will NOT be accepted. Quotations will not be deemed received by the Government until it is entered into the e-mail address inbox set forth above. Quotation Instructions: The offeror shall submit the following: 1. An original and one (1) copy of a quotation which addresses Line Item 0001. 2. An original and one (1) copy of the technical description and/or product literature. 3. An original and one (1) copy of the most recent published price list(s). 4. Description of Warranty. 5. Country of Origin. Basis for Award Determination/Evaluation Criteria: Award shall be made to the offeror that provides the lowest priced technically acceptable quotation. Technical acceptability means that the quotation meets all of the stated minimum requirements. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0706/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02848161-W 20120823/120821235823-943ab7e897770696ed02feee0c3c86a9 (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.