The RFP Database
New business relationships start here

DataForth Isolated Input Modules


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

I. AUTHORITY AND METHOD OF ACQUISITION:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is being issued using Simplified Acquisition Procedures under the authority of Part 13- Simplified Acquisition Procedures.

This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-96 effective 11/6/2017.


The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750 Employees. This is a brand name 100% small business set-aside. All offerors must be ‘authorized providers' of the required DATAFORTH ISOLATED INPUT MODULES in order to be considered for award. The brand name justification for the required DATAFORTH ISOLATED INPUT MODULES is attached.


1352.215-72 INQUIRIES (APR 2010)
Offerors must submit all questions concerning this solicitation in writing to mario.gray@nist.gov. Questions should be received no later than 3 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(End of Provision)


Statement of Work
The Fire Research Division, Engineering Laboratory, at NIST studies thermal and electrical behavior of energized electrical circuits. High Speed Data Acquisition System (DAQ) equipment is required to support research projects involving measurements of thermal and electrical behavior of energized electrical circuits. These behavioral phenomena are critical in understanding the fire risks of electrical malfunctions, arc flash, and high energy arcing faults (HEAF). To study these phenomena, a specialized high-speed data-acquisition system (DAQ) is used to quantitatively record the thermal and electrical phenomenon when electrical malfunctions or HEAFs occur. In many situations when testing electrical wires, cables, and other components, a large electromagnetic field is generated, along with the emission of fire and plasma. This causes interference in the signals produced by the sensors, and may result in damaging voltage and current spikes. To reduce or eliminate these effects, the Dataforth Isolated Input modules (Iso Modules) used in these experiments utilize an isolation transformer between the sensor signal into the Iso Module, and the output signal of the Iso Module, which is then input into the datalogger equipment. A separate Iso Module is used for each channel, providing isolation between channels. The planned experiments require more data channels than the current equipment can measure. While the existing Dataforth backpanels have expandability (empty module slots); additional isolated input modules are needed to adequately increase the number of data channels. The modules plug into NIST's existing Dataforth SCMPB07 backpanels. Seventy-two (72) additional Dataforth isolated temperature input modules and ten (10) additional isolated current input modules are needed.


II. REQUIREMENTS:


General Requirements:
The Dataforth Isolated Input Modules shall be capable of use in a laboratory environment as well as in the field. The Iso Modules are part of a modular system design, and shall be installed in NIST's existing SCMPB07 non-multiplexed backpanels. This architecture helps prevent the loss of all data if one or more signals convey more voltage to the system from a very large burst of electromagnetic interference or voltage spike. Each Iso Module shall isolate and act upon one channel. The Iso Modules shall have continuous input protection of at least 240Vrms and transient protection in accordance with ANSI/IEEE C37.90.1. The Iso Modules shall have input-to-output common mode voltage (CMV) protection of at least 1500Vrms max continuous and transient protection in accordance with ANSI/IEEE C37.90.1. The Iso Modules shall have common mode rejection (CMR) of at least 160 dB at 50Hz and 60 Hz, and normal mode rejection (NMR) of at least 95 dB at 60 Hz and 90 dB at 50 Hz. The Iso Modules shall have an operating temperature range of at least -40 degrees C to 85 degrees C, and a non-condensing relative humidity operating range of at least 0% to 95%.


Specific Requirements:
Reference the attached SPECIFICATIONS AND STATEMENT OF WORK.


III. CONTRACT LINE ITEM BREAK-OUT:
Responsible offerors shall provide pricing for the line items below. All items provided by the offeror (tasks and deliverables as applicable) must conform with the requirements detailed in the attached Specifications and Statement of Work. Non-conforming items will not be considered for award.


Line Item 0001:
Dataforth Corporation Linearized Isolated Thermocouple Input Modules.
(See specifications for additional details)


Line Item 0002:
Dataforth Corporation Isolated Current Input Modules.
(See specifications for additional details)


IV. EVALUATION CRITERIA AND BASIS FOR AWARD:
The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, results in the Lowest Priced Technically Acceptable offer to the Government. The following evaluation factors will be used to evaluate responses:
1. Technically Acceptable
2. Price (Firm-Fixed)


Technically Acceptable:
Each quotation will be evaluated for Technical Acceptability to determine whether the response:
1. Meets the minimum requirements specified in the attached SPECIFICATIONS AND STATEMENT OF WORK; and,
2. Meets the requirements of all Contract Line Items and the requirements of this solicitation. If a offeror does not demonstrate how its proposed items meet the requirements, the NIST will determine that the items do not meet.


Price:
Each quotation will be evaluated for Price ‘IF' the quote is evaluated to be Technically Acceptable. The NIST will evaluate the line item prices and the total price of the quotation for reasonableness.


V. DELIVERY:
Reference the attached SPECIFICATIONS AND STATEMENT OF WORK.


VI. REQUIRED SUBMISSIONS:
All offerors shall submit the following via email to Mario.Gray@nist.gov


Addendum to FAR 52.212-1, Proposal Preparation Instructions


1) Price Proposal: The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due.


2) Technical Proposal: The technical quotation shall address the following:
Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets each minimum requirement described in the specifications by providing a citation to the relevant section of its technical description or product literature. Evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) should be included in the quotation if the offeror is not the manufacturer.
Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The proposal should include one of the following statements:


"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


OR


"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:


Offeror shall list exception(s) and rationale for the exception(s)


Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the proposal.


Due Date and Time for Quotations
Offerors shall submit their quotations so that the NIST receives them not later than 12/27/2017, 12:00 P.M.(Noon) Eastern Time. FAX and hard-copy quotations shall not be accepted. E-mail quotations shall be accepted at mario.gray@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered the e-mail address inbox set forth above. Late quotes will not be accepted.


VII. ATTACHMENTS:
1. APPLICABLE PROVISIONS AND CLAUSES.
2. BRAND NAME JUSTIFICATION.
3. SPECIFICATIONS AND STATEMENT OF WORK.


Mario Gray, Phone 3019756107, Email mario.gray@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP