Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419

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

70 -- SENSOR NET DATA ACQUISITION SOL 1-011-DFO.1410 DUE 090299 POC Marie W. Hamann, Purchasing Agent, Phone (757) 864-2258, Fax (757) 864-7709, Email m.w.hamann@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-011-DFO.1410. E-MAIL: Marie W. Hamann, m.w.hamann@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). 1. SHALL BE 12-SLOT SCXI CHASSIS WITH THE FOLLOWING SPECIFICATIONS: SHALL BE OPERABLE ON 120VAC POWER; SHALL PROVIDE +5, +20 VDC TO INDIVIDUAL MODULES; SHALL PROVIDE MINIMUM CAPACITY FOR 12 INDEPENDENT SCXI-TYPE CARDS; SHALL INCLUDE ALL OPERATING MANUALS-NATIONAL INSTRUMENTS PART NUMBER 77657-01 OR EQUIVALENT. QUANTITY 1 EACH 2. SHALL BE RACK MOUNT KIT FOR THE ABOVE ITEM-NATIONAL INSTRUMENTS MODEL SCXI-1370 PART NUMBER 776577-70 OR EQUIVALENT. QUANTITY 1 EACH 3. SHALL BE LOWPASS FILTER MODULE WITH THE FOLLOWING SPECIFICATIONS: SHALL BE FULLY COMPATIBLE WITH ITEM NUMBER 1; SHALL CONTAIN MINIMUM OF 8INDEPENDENT DIFFERENTIAL ANALOG INPUTS; SHALL ALLOW SOFTWARE SELECTABLE CHANNEL GAINS OF 1, 2, 5, 10, 20, 50, AND 100; SHALL ALLOW SOFTWARE SELECTABLE CUTOFF FREQUENCIES FROM 10 HZ TO 25 KHZ; SHALL PROVIDE DC INPUT COUPLING; SHALL ALLOW MAXIMUM WORKIING VOLTAGE OF AT LEAST +-5V; SHALL INCLUDE LABVIEW-COMPATIBLE CONTROL SOFTWARE; SHALL INCLUDE ALL OPERATING MANUALS-NATIONAL INSTRUMENTS MODEL SCXI-1141 PART NUMBER 776572-41 OR EQUIVALENT. QUANTITY8 EACH 4. SHALL BE BNC FRONT MOUNTED CONNECTOR TERMINAL BLOCK FOR ITEM NUMBER 3 NATIONAL INSTRUMENTS MODEL SCXI-1305 PART NUMBER 777687-05 OR EQUIVALENT. QUANTITY 9 EACH 5. SHALL BE SIMULTANEOUS SAMPLING DIFFERENTIAL AMPLIFIER WITH THE FOLLOWING SPECIFICATIONS: SHALL BE FULLY COMPATIBLE WITH ITEM NUMBER 1; SHALL PROVIDE MINIMUM OF 8 AMPLIFIER AND SAMPLE AND HOLD CHANNELS; SHALL PROVIDE SWITCHABLE GAINS OF 1, 10, 100, 200, AND 500 PER CHANNEL; SHALL PROVIDE HIGH SPEED SCANNING OF 3 MICRO SECONDS PER CHANNEL; SHALL INCLUDE LABVIEW-COMPATIBLE CONTROL SOFTWARE; SHALL INCLUDE ALL OPERATING MANUALS -- NATIONAL INSTRUMENTS MODEL SCXI-1140 PART NUMBER 776572-40 OR EQUIVALENT. QUANTITY 2 EACH 6. SHALL BE ANALOG INPUT CARD FOR PCI BUS WITH THE FOLLOWING SPECIFICATIONS: SHALL PROVIDE MINIMUM OF 64 SINGLE ENDED / 32 DIFFERENTIAL INPUTS; SHALL HAVE MINIMUM OF 12 BITS OF RESOLUTION; SHALL HAVE MINIMUM OF 1.25 MILLION SAMPLES/SEC AGGREGATE SAMPLING RATE; SHALL HAVE INPUT VOLTAGE RANGE OF +-0.05 TO +-10V; SHALL INCLUDE LABVIEW-COMPATIBLE DATA ACQUISITION SOFTWARE; SHALL INCLUDE ALL OPERATING MANUALS -- NATIONAL INSTRUMENTS MODEL 6071E PART NUMBER 777515-01 OR EQUIVALENT. QUANTITY 2 EACH 7. SHALL BE ANALOG INPUT CARD FOR PCI BUS WITH THE FOLLOWING SPECIFICATIONS: SHALL PROVIDE MINIMUM OF 16 SINGLE ENDED / 8 DIFFERENTIAL INPUTS; SHALL HAVE MINIMUM OF 12 BITS OF RESOLUTION; SHALL HAVE MINIMUM OF 1.25 MILLION SAMPLES/SEC AGGREGATE SAMPLING RATE; SHALL HAVE INPUT VOLTAGE RANGE OF +-0.05 TO +-10V; SHALL INCLUDE LABVIEW-COMPATIBLE DATA ACQUISITION SOFTWARE; SHALL INCLUDE ALL OPERATING MANUALS-NATIONAL INSTRUMENTS MODEL 6070E PART NUMBER 777305-01 OR EQUIVALENT. QUANTITY 1 EACH 8. SHALL BE ANALOG INPUT CARD FOR PCI BUS WITH THE FOLLOWING SPECIFICATIONS: SHALL PROVIDE MINIMUM OF 4 DIFFERENTIAL INPUTS; SHALL HAVE MINIMUM OF 12 BITS OF RESOLUTION; SHALL PROVIDE SIMULTANEOUS SAMPLING OF ALL 4 INPUTS; SHALL HAVE MINIMUM OF 5 MILLION SAMPLES/SEC AGGREGATE SAMPLING RATE; SHALL HAVE INPUT VOLTAGE RANGE OF +-0.2 TO +-42v; SHALL INCLUDE LABVIEW-COMPATIBLE DATA ACQUISITION SOFTWARE; SHALL INCLUDE ALL OPERATING MANUALS-NATIONAL INSTRUMENTS MODEL 6110E PART NUMBER 777475-01 OR EQUIVALENT. QUANTITY1 EACH 9. SHALL BE SHIELDED I/O CONNECTOR BLOCK FOR USE WITH ITEM NUMBER 6-NATIONAL INSTRUMENTS MODEL SCB-100 PART NUMBER 776844-01 OR EQUIVALENT. QUANTITY 2 EACH 10. SHALL BE SHIELDED I/O CONNECTOR BLOCK FOR USE WITH ITEM NUMBER 7-NATIONAL INSTRUMENTS MODEL SCB-68 PART NUMBER 776844-01 OR EQUIVELANT. QUANTITY 1 EACH 11. SHALL BE SHIELDED BNC CONNECTOR BLOCK FOR USE WITH ITEM NUMBER 8-NATIONAL INSTRUMENTS MODEL BNC-2110 PART NUMBER 777643-01 OR EQUIVELANT. QUANTITY 1 EACH 12. SHALL BE 2 METER LONG CABLE OR ITEM NUMBER 9 -- NATIONAL INSTRUMENTS MODEL SH100100 PART NUMBER 182853-02 OR EQUIVALENT. QUANTITY 2 EACH 13. SHALL BE 2 METER LONG CABLE FOR ITEM NUMBER 10-NATIONAL INSTRUMENTS MODEL SH6868EP PART NUMBER 184749-02 OR EQUIVALENT. QUANTITY 1 EACH 14. SHALL BE RS-232/RS-485 INTERFACE MODULE WITH THE FOLLOWING SPECIFICATIONS: SHALL BE FULLY COMPATIBLE WITH ITEM NUMBER 1; SHALL PROVIDE RS-232 AND RE-485 SERIAL INTERFACES AT SEEDS AT OR EXCEEDING 57.6 KBITS/SEC; SHALL INCLUDE 2 METER RS-232 CABLE; SHALL INCLUDE LABVIEW-COMPATIBLE CONTROL SOFTWARE; SHALL INCLUDE ALL OPERATING MANUALS-NATIONAL INSTRUMENTS MODEL SCXI-2400 PART NUMBER 777284-01 OR EQUIVELANT. QUANTITY 1 EACH The provisions and clauses in the RFQ are those in effect through FAC 97-12. 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 The SIC code and the small business size standard for this procurement are 3571 and 1,000, 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 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. 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 [ADD THE FOLLOWING IF APPLICABLE: 52.214-34, 52.214-5]. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. 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: 52.211.16, 52.211-17, 52.213-2, 52.213-3, 52.219-6, 52.223-3, 52.227-14, 52.227-19, 52.247-35, 52.247-65, 1852.215-84; 1852.223-71, 1852.225-73, 1852.245-72]. YEAR 2000 COMPLIANCE IS APPLICABLE -- MAY 1998 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, 52.225-21 WITH ALT I, 52.239-1. Questions regarding this acquisition must be submitted in writing no later than 8/31/99. Quotations are due by 12:00 NOON ON SEPTEMBER 2, 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 based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. It is critical that offerors provide adequate detail to allow evaluation of each offer (see FAR 52.212-1(b). 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). Any referenced notes can be viewed at the following URLs: http://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html Posted 08/24/99 (D-SN371516). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0673 19990826\70-0026.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page