The RFP Database
New business relationships start here

K-GENDAQ Genesis Highspeed modular data and transient system


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
SOURCES SOUGHT/REQUEST FOR INFORMATION

 


The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC) Installation Contracting Division/PZIOAD is seeking capabilities statements from all interested parties capable of providing brand name or equal of the following:

K-GENDAQ Genesis Highspeed modular data and transient system to include:

 

•·         GEN17TA - robust desktop/rack mountable transient recorder and data acquisition system includes 17 slots for acquisition and option carrier cards, a 1Gbit copper Ethernet interface, a master time base and a single Master/Slave connector. Standard continuous streaming rate of 100 MB/s and supports fast data streaming - Qty 1

•·         GN8101B - 250 MS/s per channel, 75 MHz bandwidth, 14 bit, 8 channels per card with 8 GB RAM/card, single ended BNC inputs; 1 MOhm or 50 Ohm impedance, input range @ 1 MOhm: ± mV to ± 100 V, input range at 50 Ohm: ±10mV to ± 5 V, Bessel analog anti alias filter, with digital Bessel and Butterworth down sampling filters, 16 digital even and two counter / timer inputs - Qty 3 (Slots A-C)

•·         1-G0009 Blind panels to cover unused slots of GEN DAQ mainframes - Qty 14

•·         1-KAB2132-0.5 Breakout Cable

•·         GENDAQ EVENT I/O

 

All interested parties shall submit a response demonstrating their capability to provide the above components/equipment/software and warranty to the Primary Point of Contact listed below. Any proposed components must be 100% compatible with the Genesis K-GENDAQ Highspeed Modular Data and Transient System. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.

 

The NAICS Code assigned to this acquisition is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables, with a size standard of 750 employees.  Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.

 

Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. 

 

CAPABILITIES STATEMENT:  All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide the components/equipment/software and warranty stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  If providing a response listing "or equal" products, the capabilities statement should indicate the salient characteristics of the or equal product(s) when compared to the requested product(s), prove they are in fact equal.

 

Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

 

Responses may be submitted electronically to the following e-mail address: misty.pounders.1@us.af.mil. ; All correspondence sent via email shall contain a subject line that reads "FA2823-19-Q-9043 - Highspeed Data Acquisition System with Desktop Rack." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.  Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted. 

 

RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 22 July 2019.  Direct all questions concerning this requirement to Misty Pounders at misty.pounders.1@us.af.mil.  


Misty Y. Pounders, Contract Specialist, Phone 8508829897, Email misty.pounders.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP