Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

66 -- High Speed Data Recording System

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
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-0693
 
Archive Date
9/21/2012
 
Point of Contact
Dana Rae Graham, Phone: 3019753978, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
danarae.graham@nist.gov, andrea.parekh@nist.gov
(danarae.graham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: High Speed Data Recording System SOLICITATION NUMBER: SB1341-12-RQ-0693 RESPONSE DATE: September 6, 2012 SUBMISSION METHOD: FBO CONTACT POINTS: Dana Rae Graham, Contract Specialist, (301) 975-3978 Andrea Parekh, Contracting Officer, (301) 975-6984 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. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Dana Rae Graham, Contract Specialist, with copy to Andrea Parekh, Contracting Officer. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and all vendors may quote.*** ***The National Institute of Standards and Technology is seeking to purchase a High Speed Data Recording System.*** ***Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** ****All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) High Speed Data Recording System, HBM GEN 2i High Speed Recorder or Equivalent. General requirements 1. A single structural unit that shall be capable of data acquisition hardware and the graphical user interface, data storage, display and analysis is required. Multiple structural units (i.e. containers, boxes etc.) by connecting with wires (or wirelessly) are not acceptable. 2. System shall include four differential high speed analog channels. BNC connection to the system is required. 3. A maximum data acquisition speed of 25 million samples per second. The device will be required to operate at the maximum acquisition speed and at lower acquisition speeds (two thousand samples per second and above) to meet this specification. 4. A bandwidth shall be higher than 5 MHz. 5. Input voltage for the system shall be able to measure the range of 20 (volt). 6. System shall include at least fifteen bit resolution per analog channel. 7. System shall include two or more USB ports. 8. System shall come with one complete set of operation manuals for the instrument. 9. System shall include MS windows OS and graphical user interface with color display, keyboard and mouse (or equivalent pointing device) that can display acquired voltage data graphically and interactively; a version of Windows should be XP or newer. Data acquisition capability 1. The system shall have storage capacity of at least 8 million samples per channel at high speed (at least 2 million samples per second) in memory. 2. The system shall have stream-to-hard-disk storage capability with at least 100 gigabytes of hard disk space with at least the speed of 8 million bytes per second. 3. The system shall have the ability to change acquisition speeds during continuous acquisition of data, without the need to stop acquisition and manually re-set the data acquisition in response to a user-specified internal or external trigger signal from low speed (at least 2 thousand samples per second) to high speed (at least two 2 million samples per second and at most 25 million samples per second) and back again. *** Delivery : Delivery shall be provided not later than 90 days after receipt of an order. Delivery 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** *** Evaluation Criteria : 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results as lowest price and technically acceptable. Quotations deemed technically unacceptable will not be considered further for award.*** *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must 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. ***The following clauses apply to this acquisition: 1352.209-74 Organizational Conflict of Interest 1352.209-73 Compliance with the Laws 1352.201-70 Contracting Officer's Authority 1352.246-70 Place of Acceptance 52.211-6 Brand Name or Equal 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 Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.225-1 Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 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. *** ***This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s)*** *** Instructions to Offerors : All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s)*** ***All quotes shall be received not later than 2:00 PM local time, on September 6, 2012, via FBO. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Dana Rae Graham) @ danarae.graham@nist.gov. Emailed and faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is submitted via FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0693/listing.html)
 
Record
SN02857480-W 20120829/120828001041-afaf2a4bdf57023d9759ff86092b893a (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.