Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- SIGNAL CONDITIONING CARRIER MODULE AND SOFTWARE SOL 1-111-GGH-1762 DUE 083099 POC Lauretta E. Cole, Purchasing Agent, Phone (757)-864-2443, Fax (757) 864-9775, Email L.E.COLE@larc.nasa.gov -- Sandra S. Ray, Contracting Officer, Phone (757)-864-2428, Fax (757) 864-7898, Email S.S.RAY@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-111-GGH-1762. E-MAIL: Lauretta E. Cole, L.E.COLE@larc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). VXI Data Acquisition equipment and software consisting of the following features: 1. VXI C-size Signal Conditioning Modular Carrier Module -- Shall be 64 channel, holding two 32 channel VXI signal conditioning plug-in boards. Shall have analog input signals conditioned and multiplexed onto an analog bus where they are passed directly to an adjacent multifunction 64 chan analog input module. Shall have a 96-pin DIN input interface connector. Shall be National Instruments VXI-SC-1000 Signal Conditioning Carrier Module, Part 777428-01 or equal. 2. VXI Signal Conditioning Multiplexing Amplifier Module -- Shall be 32 differential channel with individual instrumental amplifier and 2Hz lowpass filter for each channel. Shall be capable of handling millivolt, volt, and 4-20ma signals with precision resister kit. Channels shall be individually programmable at gains of 1 and 100. Multiplexing rate shall be capable of up to 333 kS/s with clock signal synchronized scanning. Shall have calibration constants stored in EEPROM for automatic correction of gains and offsets transparently using compatible driver software. Gain error for gain of 1=.015%, for gain of100=.017%. Offset error for gain of 1=150 microvolts, for a gain of 100=15 microvolts. Transfer characteristic-Nonlinearity=0.005% FSR -- Shall be National Instruments VXI-1102 SC Multiplexing Amplifier Module, Part 777408-01 or equal. 3. VXI Signal Conditioning Multiplexing Amplifier Module -- Shall be 32 differential channel with individual instrumental amplifier and 200Hz lowpass filter for each channel. Shall be capable of handling millivolt, volt, and 4-20ma signals with precision resister kit. Shall be capable of individually programming a gain at 1 and 100. Multiplexing rate shall be capable of up to 333 kS/s with clock signal synchronized scanning. Shall have calibration constants stored in EEPROM for automatic correction of gains and offsets transparently using compatible driver software. Gain error for gain of 1=0.015%, for gain of100=0.017%. Offset error for gain of 1=150 microvolts, for a gain of 100=15 microvolts. Transfer characteristic-Nonlinearity=0.005% FSR -- Shall be National Instruments SC Multiplexing Amplifier Module, Part 777408-01B or equal. 4. VXI C-size Multifunction 64 Channel Analog Input Module and Software -- Shall have analog/digital I/O and counter/timer capabilities. Shall feature a 1.25 MS/s 12-bit successive approximation ADC with 64 single-ended/32 differential analog input channels and two 12-bit DACs channels with voltage outputs. Shall feature channel-independent programmable gains. Shall include eight lines of TTL-compatible digital I/O and two 24-bit 20 MHz up/down counter/timers. Shall include VXI Plug and Play (VPP) virtual instrument driver and National Instruments data acquisition (NI-DAQ) software. Shall be National Instruments VXI-MIO-64E- Multifunction 64 Channel Analog Input Module kit including VPP and NI-DAQ software, Part 777153-01 or equal. 5. VXI C-size Mainframe chassis, 13 slot with 120vac 1100 Watt US power option -- Shall be VXI Plug and Play compliant -- Shall be National Instruments VXI-1500 C-size Mainframe chassis, Part 777423-01 or equal. 6. VXI Mainframe Chassis Rack Mount Kit -- Shall be National Instruments VXI-1500 Chassis Rack Mount Kit, Part 777424-01 or equal. 7. VXI Mainframe Chassis C-size Slot Filler Panels -- Shall be National Instruments Part 761076-01 or equal. 8. VXI Terminal block -- DIN rail mountable terminal wiring to 96 pin DIN connector interface block -- Shall be National Instruments TBX-96 Terminal block -- 96, Part 777264-01 or equal. 9. VXI Shielded Cable -- DIN 96-pin to DIN 96-pin, 1 m, connecting TBX-96 to VXI-SC -- Shall be National Instruments SH96-96 Shielded Cable -- DIN 96-pin to DIN 96-pin, 1 meter length, Part 183228-01 or equal. 10. VXI Bus Extender Interface Kit, including PCI-MXI-2 board, standard VXI-MXI-2, 2m type M1 MXI-2 interface cable, VXI/VISA VXI bus plug and play interface software for Windows NT compatible with Labview software, manuals -- Shall be National Instruments PCI8015 MXIbus Interface Kit with NI-VXI/VISA software, Part 777119-02 or equal. 11. VXI Bus Extender Cable, MXI-2 M2 MXIbus Interface, 20 meter length, straight point connector to right-angle daisy-chain connector- Shall be National Instruments MXI-2 M2 MXIbus Interface Cable, Part 777163-20 or equal. 12. Industrial Automation and Measurement Graphical Programming Software for Windows NT -- Shall include HMI and visualization graphical generating wizard tools for monitoring and control with industrial measurements. Shall include a configurable tagprocessing engine for alarm management, event logging, automatic historical logging and trending, networking, and security. Shall feature configurable networking and support for industrial OPC (OLE for Process Control) automation servers including Allen-Bradley, with DataSocket OPC features and fully configurable OPC server connectivity using ActiveX, Visual Basic and Visual C++. Shall feature enterprise connectivity (SPC, SQL and Internet), PID (PID, Fuzzy logic), system simulation and design, graphical differencing, configuration management tools, 3D graph and visualization controls and animation with picture control -- Shall be National Instruments BridgeView Professional Development System for Windows NT version 2.1 or later, CD, Part 777416-08 or equal. 13. Run Time System License with industrial servers for Windows NT -- Shall be National Instruments BridgeView, Run Time System with industrial servers for Windows NT, Part 777416-06 or equal. The provisions and clauses in the RFQ are those in effect through FAC 97-13. The full text of provisions and clauses may be accessed electronically at these address(es): http://www.arnet.gov/far/ http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3826 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to LaRC is required within approximately 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A-7. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distribution office, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items to submit a quotation. The form can be found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html FAR 52.212-1 is applicable. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 52.252-5,52.214-34, 52.214-35, 52.225-1 Please note that payments are to be made by electronic funds transfer, accordingly, you must provide the information for electronic funds transfer. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. Refer to para.(i) of FAR 52.212-4. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://aim5msfc.msfc.nasa.gov/sdgs/KFT/FT212.03G FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84 [ADD THE FOLLOWING IF APPLICABLE: 52.211.16, 52.211-17, 52.213-2, 52.213-3, 52.219-6, 52.223-3, 52.247-35, 52.247-65, 1852.215-84; 1852.225-73, FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, Questions regarding this acquisition must be submitted in writing no later than 8/23/99 Quotations are due by 4:00 p.m., est, August 30, 1999, to the address specified above and to the attention of the Bid Depository. FAR 52.212-2 is applicable as follows: Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999) with their offer. These representations and certifications will be incorporated by reference in any resultant purchase order. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 08/16/99 (D-SN368116). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0331 19990818\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page