|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1996 PSA#1723Commander, U.S. Army Missile Command, Acquisition Center, Redstone
Arsenal, AL 35898-5280 66 -- INSTRINSIC VOLTAGE STANDARD MEASUREMENT SYSTEM SOL
DAAH01-97-R-0043 DUE 120496 POC Contact Tim R. Kirkpatrick, Contract
Specialist, AMSMI-AC-CFFA, 205/842-7331, Bob Gibson, Contracting
Officer, AMSMI-AC-CFFA, 205/876- 4153. (PCF). This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in subpart 12.6, as supplemented with additional
information included in this notice. (ii) The solicitation number
DAAH01-97-R-0043 is hereby issued as a Request For Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses
are those in effect through the Federal Acquisition Circular 90-41.
(iv) This acquisition is restricted to HYPRES, Elmsford, NY. (v)
DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: 1. GENERAL
REQUIREMENTS: A voltage measurement system utilizing Josephson Array
technology to measure DC voltage is required. The system must be
supplied with all components and cables required to accomplish the
measurement of voltage sources under test with the following exception.
A 10 Mhz frequency reference with negligible error and stable DC
voltage references will be the responsibility of the Army. The system
must be capable of operation under control of the software NISTVolt 4.7
(or later revision). Additional software may be supplied at the option
of the vendor. 2. RANGE: The system must be capable of measuring
stable dc voltage in the range from -11 volts to +11 volts with a
resolution not greater than 10 nanovolts. 3. UNCERTAINTY: The combined
uncertainty (from all sources of error) of measurements produced by
the system must be not greater than 200 nanovolts at ten volts nominal
(calculated and displayed by NISTVolt 4.7). 4. STABILITY: The
Josephson array with associated microwave and biasing components must
be capable of operating at ten volts with an average stability of less
than 20 spontaneous step transitions per data run (as reported by
NISTVolt 4.7). 5. REFRIGERATION: Cooling of the Josephson array must be
accomplished by self contained, closed cycle refrigeration (no external
liquids or gases required). 6. COMPUTER AND SOFTWARE: The system must
operate under the control of a peronal compputer (486 with SVGA monitor
and Microsoft Windows operating system) supplied with the system. The
software must provide as a minimum: a. User friendly menus or visual
controls for system operation b. Error diagnostics to assist in problem
resolution c. Analysis of measurement data with all known errors
quantified d. A step transition counter to monitor stability e. A
provision for storing and recalling data f. Graphical presentation of
measurement results and measurement history. (NISTVolt 4.7 satifies the
above requirements.) 7. PRINTER: A laser printer capable of single
feeding, high resolution graphics, and quality reports will be provided
for the purpose of printing permanent records of measurement results.
Printer must be compatible with NISTVolt 4.7. 8. SCANNER: A scanner for
switching at least fifteen voltage references under test will be
provided with the system. The scanner must not contribute more than 50
nanovolts of thermal error to the measurement. 9. SYSTEM CONSOLE: A
system console will be provided to mount the computer and other
instruments in the system. 10. POWER: The system must operate from 120
and/or 240 VAC, 60 Hz voltage sources. 11. OTHER PERIPHERAL EQUIPMENT:
Specification of other peripheral equipment and components (Digital
Voltmeter, Source Locking Counter, Oscilliscope and Microwave
components) are left to the discretion of the vendor provided all other
requirements of this specification are met. 12. TRAINING AND
DOCUMENTATION: On site demonstration and training must be provided
after delivery of the system. Complete documentation of operating
procedures, including the operation of the refrigeration system, must
be provided to assist future operators of the system. (vi) All items
shall be delivered within 9 months after contract award. Earlier
delivery is acceptable and desireable at no additional cost to the
government. Deliveries shall be made F.O.B. Destination to USA TMDE
Support Group, Building 5435, Redstone Arsenal, Al 35898-5330.
Inspection and acceptance shall be destination. (vii) The FAR
provisions at 52.212-1, Instructions to Offerors-Commercial Items is
applicable. (viii) FAR 52.212-2, Evaluation - Commercial Items is
applicable. (ix) The offeror shall include a complete copy of the FAR
provisions at 52.212-3, Offeror Representations and Certifications -
Commercial Items. (x) FAR 52.212-4, Contract Terms and Conditions -
Commercial Items is applicable. (xi) FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders -
Commercial Items is applicable. (xii) The offeror shall include a
complete copy of the FAR provisions at DFAR 252.212-7000, Offeror
Representations and Certifications - Commerical Items (xiii) DFAR
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes Applicable to Defense Acquisitions of Commercial Items is
applicable. (xiv) DFAR 252.225-7006, Buy American Act--Trade
Agreements--Balance of Payments Program Certificate is applicable. (xv)
Bar code marking is not required. (xvi) Offers are due 4 Dec 1996,
2:00p.m. local time. The proposal must be signed by an official
authorized to bind your organization. You must submit two (2) copies
to: U.S. Army Missile Command, AMSMI-AC-CFFA/Mr. Tim Kirkpatrick,
Redstone Arsenal, AL 35898-5280, Solicitation Number DAAH01-96-R-0043.
The offer may be submitted on letterhead stationary and, at a minimum,
must show: (1) The solicitation number; (2) the time specified in the
solicitation for the receipt of offer; (3) the name, address,and
telephone number of the offeror; (4) a technical description of the
items being offered in sufficient detail to evaluate compliance with
the requirements of the solicitation. This may include product
literature, or other documents, if necessary; (5) terms of any express
warranty; (6) price and discount terms; (7) ''remit to'' address, if
different from mailing address; (8) a completed copy of the
representations and certifications; (9) if the offer is not submitted
on the SF 1449, include a statement specifying the extent of agreement
with all terms, conditions, and provisions included in the
solicitation. Information regarding this solicitation can be obtained
from Mr. Tim Kirkpatrick, 205/842-7331. (0319) Loren Data Corp. http://www.ld.com (SYN# 0410 19961115\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|