SOLICITATION NOTICE
66 -- PXI CHASSIS, CONTROLLER AND DAQ CARDS
- Notice Date
- 4/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC16583949Q
- Archive Date
- 5/5/2016
- Point of Contact
- Nancy M. Shumaker, Phone: 2164332133
- E-Mail Address
-
nancy.m.shumaker@nasa.gov
(nancy.m.shumaker@nasa.gov)
- Small Business Set-Aside
- N/A
- 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 PXI Chassis. PXI Controller and DAQ Cards in accordance with the following specifications: PXIe Chassis Chassis should have 18 slots. Slots should accept PXI express modules and PXI Hybrids modules. System bandwidth: at least 24GB/s Total power 1000W Input voltage: 110 to 240 AC Max Length: 19" Height: 3U Depth: 17.5" Operating temperature: 0 to 55 degree. PXIe Controller: PXIe Embedded controller: Compatible with above PXIe chassis Bus type: PXI express CPU clock: 2.3GHz Number of core: quad core. RAM: 8 GB Disk: 80GB Solid State Drive (SSD) Operating system: windows 7 installed Ethernet speed: 1000BaseT 1 GPIB connection 2 USB-3.0 port 3 or more USB-2.0 ports. PXI DAQ cards: 16 channels relay module with terminal block (PXI-2566) 2 channels isolated RS422/485 module (PXI-8433) 2 channels isolated RS232 module (PXI-8432) 32 channels 24bit 90 s/s input module with terminal block (PXI-4353) 8 channels 24bit bridge input module with terminal block (PXI-4330) 8 channels 250K s/s, ch-ch isolated analog input module with terminal block (PXI-4300) Part Numbers and Descriptions as follows for Brand Name or Equal: 1.) 763830-01 (2 ea.) Power Cord 2.) 783588-01 (2 ea.) NI PXIe-1085, 18-Slot 3U PXI Express Chassis, 24 GB/s System BW 3.) 783001-8192 (2 ea.) GB Upgrade/Replacement RAM for PXIe-8840 and PXI-8840 4.) 779175-07( 2 ea.) 80 GB (or Greater)2.5 in SATA Ext. Temp,24/7 SSD 5.) 960903-01 (2 ea.) NI Basic Assembly Service, 1 Year Warranty, PXI System Assembly and Test, Recovery Image (selected software in Standard/Premium only) 6.) 784007-04 (2 ea.) PXIe-8840 Quad-Core, Win 7 (64-bit) 7.) 778572-66 (2 ea.) NI PXI-2566 16 ch Form C Relay Module 8.) 779744-01 (2 ea.) PXI-8433/2, 2000V Isolated RS422/485, 2 Port Serial Interface 9.) 779743-01 (2 ea.) PXI-8432/2, 2000V Isolated RS232, 2 Port Serial Interface 10.) 781348-01 (4 ea.) NI PXIe-4353 32-Channel, 24-bit, 90S/s Thermocouple Input Module, NI-DAQmx Driver, and LabVIEW SignalExpress LE 11.) 781346-01 ( 2 ea.) NI PXIe-4330 8-Channel, 24-bit, Bridge Input Module, NI-DAQmx driver software and LabVIEW SignalExpress LE 12.) 781337-01 (4 ea.) NI PXIe-4300 8-Channel, 250kS/s, 300V Ch-Ch Isolated Analog Input Module, NI-DAQmx driver software and LabVIEW SignalExpress LE 13.) 778717-66 (2 ea.) TB-2666 Terminal Block for NI PXI-2566 14.) 781338-01 (4 ea.) NI TB-4300 Front Mounting Terminal Block for PXIe-4300, 10V Input 15.) 781349-01 (4 ea.) NI TB-4353 Isothermal Terminal Block for PXIe-4353 16.) 781347-01 (2 ea.) NI TB-4330 Terminal Block for PXIe-4330 The provisions and clauses in the RFQ are those in effect through FAC-2005-87-1. The NAICS Code and the small business size standard for this procurement are 334118/1000 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/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within 4 weeks ARO. Offers for the items(s) described above are due by 4:30 p.m. April 20, 2016 to NASA/Glenn Research Center, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road, Cleveland, OH 44135, and must include, solicitation number, 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. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52-219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-16, 52.222-36, 52.223-18, 52-225-14, and 52.232-33. 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) to Nancy Shumaker not later than April 19, 2016. Telephone questions will not be accepted. 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, price, and past performance. Other critical requirements such as Delivery, shall also be considered. Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16583949Q/listing.html)
- Place of Performance
- Address: NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135, United States
- Zip Code: 44135
- Zip Code: 44135
- Record
- SN04073307-W 20160407/160405234741-6c675e4573856150f5e34c6d522ad3c4 (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 |