COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661 Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 58 -- TAPE RECORDER, METRUM VLDS DIGITAL AND TOUCH SCREEN CONTROLLER
SOL N00178-00-R-1069 DUE 082100 POC SD11 Branch at (540)653-7478 WEB:
NSWCDD Dahlgren Laboratory Procurement Division Web,
http://www.nswc.navy.mil/supply. E-MAIL: SD11 Branch is POC for
N00178-00-R-1069, sd11@nswc.navy.mil. The previous synopsis submission
number 482370 is cancelled in its entirety and replaced with the
following: The Dahlgren Division, Naval Surface Warfare Center intends
to enter into negotiations on a sole source basis with Metrum, Inc.,
Frederick, Maryland for the following brand name items: CLIN 0001-1
each Tape Recorder, Metrum Met 64 Rotary VLDS Digital Tech Data
Package, CLIN 0002-4 each Tape Recorder, Metrum Buffered VLDS-BR
Digital, and CLIN 0003- 1 each Metrum Touch Screen Controller Tech Data
Package. Delivery 150 days after receipt of contract. C.1 (CLIN 0001)
64 Megabit/Second Recorder -- The contractor shall provide one
telemetry data recorder capable of recording and reproducing a single
stream of serial telemetry data from SVHS tape at data rates up to 64
Megabits/second. The recorded data format shall be fully read/write
compatible with the Metrum Model 64 VLDS (Very Large Data Storage)
digital recorder format. The recorder shall accept serial NRZ-L data
and 0 degree clock signals as inputs and shall support recording of all
data at rates between 0 and 64 Megabits/second. As a minimum, the
recorder shall have the capacity to record 57 minutes of 64
Megabit/second data on a T-160 SVHS tape. The recorder shall include a
touch screen controller (CLIN 0003) capable of performing all
functions required to operate the recorder including tape formatting,
recording of data and reproducing of data. The recorder shall support
full error correction up to full air correction to better than 1 in 10
to the 11th bits between error events. The recorder shall demonstrate
a mean time between failures of 4000 hours and shall have a mean time
to repair of 30 minutes. Recorder dimensions shall not exceed 7 inches
in height by 17 inches in width by 20 inches in depth and the recorder
shall be delivered in a 19 inch rackmount configuration. The recorders
weight shall not exceed 45 pounds. The recorder shall operate from 90
to 250 Volts AC at frequencies from 47 to 63 Hz. The recorder shall
operate from 5 degrees to 40 degrees C with no reduction in
performance. C.2 (CLIN 0002) Ruggedized 32 Megabit/Second Recorders The
contractor shall provide four ruggedized telemetry data recorders
capable of recording and reproducing a single stream of serial
telemetry data from SVHS tape at data rates up to 32 Megabits/second.
The recorders shall be fully read/write compatible with the Metrum
Ruggedized VLDS-BR recorder format. The recorder shall accept serial
NRZ-L data and 0 degree clock signals as inputs and shall support
recording of all data at rates between 0 and 32 Megabits/second. As a
minimum, the recorder shall have the capacity to record 58 minutes of
32 Megabit/second data on a T-160 SVHS tape. The recorder shall include
front panel controls capable of performing all functions required to
operate the recorder including tape formatting, recording of data and
reproducing of data. The recorder shall support full error correction
up to full air correction to better than 1 in 10 to the 11th bits
between error events. Therecorder shall demonstrate a mean time between
failures of 6000 hours and shall have a mean time to repair of 1 hour.
Recorder dimensions shall not exceed 8.75 inches in height by 17
inches in width by 22 inches in depth and the recorder shall be
delivered in a 19 inch rackmount configuration. The recorders weight
shall not exceed 75 pounds. The recorder shall include an internal
shock mounted isolation chassis to protect against damage in high
vibration environments. The recorder shall operate from 115 Volts AC at
frequencies from 47 to 63 Hz. The recorder shall operate from 5 degrees
to 40 degrees C with no reduction in performance. 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. This announcement constitutes the
only solicitation; proposals are being required and a written
solicitation will not be issued. The Request for Proposal number is
N00178-00-C-1069. The RFP andincorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-12. The
following FAR Clauses apply to this acquisition: 52.212-1, Instructions
to Offerors -- Commercial; 52.212-3, Offeror Representations and
Certifications -- Commercial Items -- Offerors must include a completed
copy of this provision, 52.212-4,Contract Terms and Conditions --
Commercial Items, and 52.212-5, Contract Terms and Conditions Required
to Implement Statutes of Executive Order -- Commercial Items. This
acquisition has a Defense Priorities and Allocations Systems rating of
DO-A70. Quotes may be mailed to Contracting Officer, Attn: SD115/Bldg
183/Room 102, NAVSURFWARCEN, Dahlgren Division, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 or faxed to (540) 653-7088; solicitation number
must be cited in either case. The quote must be for the brand items(s)
described above; be FOB destination to this Center; include the
proposed delivery schedule and discount/payment terms and warranty
duration (if applicable); and be signed by an authorized company
representative. Offerors should include their taxpayer identification
number (TIN), Cage Code number, and DUNS number. Quotes are due by
2:00p.m. Eastern Standard Time on 21 August 2000. All timely quotes
received will be considered. All responsible sources may submit a
quotation which shall be considered by this agency. Quotes must include
adequate information and submittals to determine whether the proposed
items will meet the requirements described above. Product literature is
recommended for technical information. Evaluation will consider award
of all line items and award will be based on price and past performance
considered essentially equal. Provide rationale to support your
proposed price. Questions regarding this acquisition should be directed
to Sharon Jones at (540) 653-7478. See Note 22. The Naval Surface
Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement
Division has implemented Electronic Commerce (EC) in the acquisition
area, therefore synopsis and resulting solicitation with any applicable
amendments will be available on the World Wide Web at
http://www.nswc.navy.mil/supply. Hard copies WILL NOT be provided.
Vendors should regularly access the NSWCDD Web Site to ensure they have
downloaded all amendments. DoD will no longer award contracts to
Contractors not registered in the Central Contractor Registration (CCR)
data base. Registration may be done by assessing the CCR Web site at
http://www.ccr2000.com. A paper registration form may be obtained from
the DoD Electronic Commerce Information Center at 1(800)334-3414.
Posted 08/08/00 (W-SN483465). (0221) Loren Data Corp. http://www.ld.com (SYN# 0234 20000810\58-0004.SOL)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on August 8, 2000 by Loren Data Corp. --
info@ld.com
|
|
|