Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2001 PSA #2991
SOLICITATIONS

73 -- PORTABLE DATA ACQUISITION SYSTEM

Notice Date
December 3, 2001
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-02-Q-0042
Response Due
December 28, 2001
Point of Contact
Ms. Joyce Loughmiller, Purchasing Agent, 812-854-3902, FAX 812-854-3762 (Mr. S. Bingham, Contracting Officer)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-02-Q-0042 is hereby issued as a request for quotation (RFQ). The proposed contract is set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DCN 20001213. The North American Industry Classification System (NAICS) code is 54119. The above synopsis is for a market survey or potential sources for a Portable Data Acquisition System. In accordance with the Brand Name or Equal Specifications of an RC Electronics DataMax II. General Requirements: 1. Wide range of input sources. These would include: a. Pressure/strain, b. temperature, c. Voltage (AC and DC), d. Current (AC and DC) e. Frequency (50kHz typ.) f. Force, g. Acceleration. Different configurations available via removable input modules. 2. Portability. Self contained, stand alone for remote field applications. 3. Computer interface. To enable download of stored data directly into data base programs for analysis. 4. Remote start/stop via TTL or other signal source. 5. Real-time monitoring of input channels. 6. System configuration via front panel and/or separate computer. 7. Network Ready, (desirable) 8. Ability to view and analyze stored date. 9. Ability to scale data to sensor calibration curve (mx+b). Specifications: 1. Input Channels: Minimum of 24 input channels. 2. Power requirements: 120 VAC and 12 VDC input Voltages. 3. Sampling Rate minimum of 100 kSPS (100,000 samples per second) 4. Voltage input range +/-40 Volts. 5. A/D resolution: 16 bit. 6. Frequency response: 50kHz. 7. Data Storage: 10 Gbytes, minimum.. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.202-1; 52.204-6; 52.209-6; 52.211-14; 52.211-15; 52.212-1[FILL-IN]; 52.212-3 Alt l [FILL-IN]; 52.212-4; 52-212-5; (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33) 52.219-6; 252.204-7003; 252.204-7004; 252.212-7001 (incorporating 252.225-7001; 252.227-7015). DFAR 252.223-7002: DFAR 252.223-7003. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Quotations may be faxed to FAX: 812-854-3762. The required information must be received on or before 28 DEC 01, 2:30PM Eastern Standard Time. Complete mailing address is: Ms. Joyce Loughmiller, Code 1162N3 Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. The mission at NAVSEA Crane is to provide quality and responsive acquisition services for this command. In an effort to continue to improve our services, NAVSEA Crane is conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/vendorssurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our process. Please consider taking the time to complete the survey.
Web Link
Click here to review Crane Division Acquisition Department (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20011205/73SOL004.HTM (W-335 SN5141L6)

73 - Food Preparation and Servicing Equipment Index  |  Issue Index |
Created on December 3, 2001 by Loren Data Corp. -- info@ld.com