NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

LOW SPEED DATA ACQUISITION SYSTEM LSDAS SIGNAL CONDITIONERS AND DIGITIZERS FOR THE A-3 ALTITUDE TEST STAND AND B-2 TEST STAND AT NASA STENNIS SPACE CENTER


Synopsis - Jun 27, 2008
Solicitation - Posted on Jul 25, 2008
Amendment 01 - Posted on Sep 04, 2008
Amendment 02 - Posted on Sep 12, 2008
Amendment 03 - Posted on Sep 18, 2008
Amendment 04 - Posted on Sep 29, 2008
Amendment 05 - Posted on Sep 29, 2008

General Information
Solicitation Number: NNS08257126R
Posted Date: Jun 27, 2008
FedBizOpps Posted Date: Jun 27, 2008
Original Response Date: Aug 26, 2008
Current Response Date: Oct 09, 2008
Classification Code: 70 -- General purpose information technology equipment
NAICS Code: 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables

Contracting Office Address
 
NASA Office of Procurement, Stennis Space Center, MS 39529-6000

Description
 
The NASA/SSC Office of Procurement intends to issue a Best Value Request for Proposal (RFP) for the project entitled: Low Speed Data Acquisition System (LSDAS) Signal Conditioners & Digitizers for the A-3 Altitude Test Stand and the B-2 Test Stand at NASA Stennis Space Center to be delivered to the John C. Stennis Space Center, Mississippi. The work for this requirement consists of, but is not limited to the following: providing all labor, equipment, materials, training and installation and activation support for Low Speed Data Acquisition System (LSDAS) equipment to support J-2X engine testing on the A-3 Test stand as well as potentially the B-2 Test Stand for Areas V Core Stage testing.

The new LSDAS equipment for the A-3 Test Stand shall consist of one set of 512 analog channels and an additional set of 288 channels, with the capability of expansion to 1024 channels per set. One set will be dedicated to test article interfaces and located within the Signal Conditioning Building (SCB) located on the Test Stand. The other set will be dedicated to facility interfaces and located within the SCB on the ground level. The LSDAS consists of equipment located at the test stand, in each SCB, and the Test Control Center (TCC). The SCBs house the signal conditioners, the digitizer / multiplexer units, including storage units, and Work Stations (WS) which have the ability to operate the LSDAS. The SCB WS connect to the TCC WS via a data network. The TCC houses the redundant storage units and WS that have redundant capabilities to the WS located in each of the SCBs.

The LSDAS Signal Conditioner equipment for the B-2 Test Stand is intended to consist of one set of 1052 analog channels. This LSDAS will consist of equipment located at the test stand “hard core” (a concrete enclosed structure separating the B-1 and B-2 Test Stands), and the Test Control Center (TCC). The hard core will house the signal conditioners, the digitizer / multiplexer units, including storage units, and Work Stations (WS) which have the ability to operate the LSDAS. The Work Stations in the “hard core” will connect to the TCC WS via a data network that is physically isolated from the Test Facility LAN. The TCC houses the redundant storage units and WS that have redundant capabilities to the WS located in the hard core. The TCC WS are capable of transmitting real-time engineering unit data to WS within the control room and outside of the test data communications system.

FOB is destination. The government intends to issue subject Request for Proposal (RFP) under Commercial Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The anticipated issue date of subject RFP is July 14, 2008 with an anticipated due date of August 28, 2008. It is anticipated that this action will be issued as unrestricted (NAICS 334513 with size standard of 500 employees). All responsible sources may submit a proposal, which shall be considered by this agency. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation (RFP) and any related documents will only be issued electronically and may be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi or at the Federal Business Opportunities (FedBizOpps) website @ http://www.eps.gov . The following file will be uploaded as part of this RFQ: “NNS08257126R SF1449 RFP.doc.” Offerors unable to access the solicitation at this address may contact the Contract Specialist for instructions. Offerors are responsible for monitoring this site for the release of the solicitation and any associated documentation or amendments and for downloading their own copy of the same. All questions regarding this acquisition shall be submitted in writing to this office not later than July 28, 2008. Multiple awards may be made from this solicitation. The resulting contract(s) will be in the form of a five (5) year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The minimum and maximum number of channels will be identified in the RFP. The Government reserves the exclusive right to award to other than low offer on this "Best Value" procurement. The evaluation factors for this procurement are in development and will likely include Technical Compliance, Past Performance, Cost and Schedule.

The Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made by e-mail to the Bid Distribution Office: joy.g.dedeaux@nasa.gov. All contractual and technical questions must be submitted in writing via e-mail to Michelle.M.Stracener@nasa.gov. Telephone or faxed questions will not be accepted.

*** Prospective offerors shall notify this office via email to Michelle.M.Stracener@nasa.gov of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any) and obtaining a copy of the specifications/drawings via CDROM. ***

As noted in the aforementioned paragraph a CDROM containing the specifications and drawings may be obtained from the Bid Distribution office; however, the closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet.


Point of Contact
Name:Michelle M. Stracener
Title:Contract Specialist
Phone:228-688-1720
Fax:228-688-6024
Email:Michelle.M.Stracener@nasa.gov

Name:James D. Huk
Title:Contracting Officer
Phone:228-688-1045
Fax:228-688-1141
Email: James.D.Huk@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: