top - download
⟦caeba718d⟧ Wang Wps File
Length: 10060 (0x274c)
Types: Wang Wps File
Notes: DELTA DATA tlx
Names: »3107A «
Derivation
└─⟦67e26c09b⟧ Bits:30006222 8" Wang WCS floppy, CR 0244A
└─ ⟦this⟧ »3107A «
WangText
1982-12-02
FE/amn
To: delta data systems corporation
att: Mr Phillip H. Gallo
Fm: christian rovsing A/S
our ref: sys/tlx/091
subject: request for quotation for supply of 137 vdu's plus
optional expansion to 261 and 113 letter quality printer plus
optional expansion to 267 for the access program.
your are hereby invited to submit a quotation for the supply
of the above equipment in accordance with the specifications
and conditions stated below.
1.1 Letter quality printers
---------------------------
the following are required:
1) printing
a) a minimum speed of 35 cps
b) the 95 character subset as specified in fips pub
15, section 1.
c) use of the control characters designated by the
128 character set specified in fips pub 1.
d) a minimum of eighty (80) characters per line on
continuous form paper.
e) single and double spacing under program control.
f) lines of both 10 and 12 cpi.
g) print six and eight lines per inch.
h) interchangeable character sets including the fips
pub 32, ocr-a size 1.
i) one original plus five legible copies from carbon
interleaved paper.
j) program controlled forms spacing without using
carriage control tapes.
k) interchangeable tractor feeding and manual single
sheet feeding.
l) print descenders.
m) interface directly with the system.
2) Keyboard.
a) layout conforming with ANSI standard x4.14-1971.
b) generate the 128 character set specified in fips
pub 1.
c) repeat function for all keys.
3) meet the TEMPEST requirements of NACSIM 5100a.
1.2 video display int (VDU)
---------------------------
the following are required:
a) a minimum of 24 lines of 80 characters each.
b) a display area of at least 70 square inches
c) a minimum matrix of 7x9, if the dot matrix character
generation technique is used.
d) a cursor symbol that does not obscure any information
(excluding underline).
e) no visible flicker, jitter, or distortion in display.
f) display easily read in an ambient light of 50 footcandles.
g) non-glare viewing surface.
h) designed so that no moire patterns are generated
by any device inserted between the crt and the
operator.
i) highlighting (either reverse video, or different
shade/color, or different intensity, etc.) under
operator and application program control and available
for word, line or paragraph.
j) brightness control.
k) a programmable audible signal.
l) display the 95-character ascii subset as specified
in fips pub 15 section 1.
m) selectable, switchable terminal rates of 1200,
2400, 4800, and 9600 bps.
n) keyboard.
1) separate from the terminal and attached by cable.
2) generate the 128 character set specified in fips
pub 1.
3) layout conformining with ansi standardx4.14-1971.
4) repeat function for all keys.
5) not less than eight programmable function
o) cursor and screen control. the following cursor
and screen control functions must be provided for
both operator and program control:
1. up, down, right, left, home.
2. cursor return to beginning of next line.
3. clear screen.
4. set and reset tab stops in any column.
5. set and reset vertical tab stops.
6. backspacing with erasing of character.
7. clear from cursor position to end of line
8. clear form cursor position to end of page.
p) Paging. access a minimum of 7,680 alphanumeric
characters for display and action as indicated
below.
1) selectively display and transmit by page.
2) insert, delete, clear, and change the 7,680 characters
via the terminal keyboard.
3) roll the display up and down through the stored
data. as a line of data scrolls off the top or
bottom of the display, the next line of sotred
data must be displayed at the bottom or top of
the display, respectively.
q) meet the tempest requirements of nacsim 5100a.
2. power input
---------------
the equipment must be able to operate with a power source
of 120/208 volts plus or minus 10 per cent, 60 hz plus
or minus 1 per cent, three-phase, four wire system. power
input harmonic distortion requirement must be less that
5 per cent.
3 air conditioning
------------------
the equipment must be able to operate within a temperature
range of 70 degrees f, plus or minus 20 degrees f. and
a relative humidity between 35 per cent and 95 per cent.
4 reserved
----------
5 interface
-----------
the interface requirements to the host must be specified.
6 logistics (not needed for VDU if t7260 is proposed)
-----------------------------------------------------
6.1 documentation
6.1.1
the supplier will be requested to submit documentation
to component level, covering only the equipment supplied.
6.1.2
the parts list to component level must include true manufacturer's
part numbers.
6.1.3
the documentation standard and quality shall enable reproduction
and the supplier will be requested to grant permission
to reproduce for the purpose of the this program.
6.1.4
the documentation shall include information suitable
for the user, for maintenance at subassembly level, and
for maintenance at component level at depot.
6.1.5
all documentation shall be subject to review and approval
by or before delivery.
6.2 training
------------
6.2.1
self-study training package or other training documentation
must be supplied as part of the contract.
6.3 serviceability
------------------
6.3.1 it shall be easy to diagnose and fault-find to
module level. fault shall be identifiable to a single
module.
6.3.2
a thorough and easily understandable checking and calibration
procedure must be supplied with the equipment
6.3.3
all necessary special tools and special test instruments
should be listed and unit prices quoted.
6.3.4
a recommended spare parts list must be submitted and
a not-to-exceed cost of a 90 days spare stock quoted.
6.3.5
meantime between failures (mtbf.), meantime to repair
(mttr) as well as down-time must be specified in quotation.
6.3.6
the rspl shall be submitted for site level (module exchange)
and depot level (component repair) and mtbf must be specified
for all subassemblies and components.
6.3.7
the manufacturers configuration management procedures
shall
be submitted.
6.3.8
field change notices must be supplied with necessary
parts
and with documentation change notices as long as the
equipment exists in the manufacturers product line.
7. general conditions
7.1 delivery schedule
---------------------
7.1.1 high speed non-impact printer
increment 1
2 months after contract award (expected contract date,
july 1983) 17 units
then at a rate of 40 per units per month (to a maximum
of 137)
Increment 2 (optional)
15 months after contract award (expected contract date,
july 1983) 24 units
increment (3 optional)
13 months after contract award (expected contract date,
july 1983) 25 units
then at a rate of 25 units per month
options(extra)
--------------
a quote for up to 50 extra vdu's is also requested. please
provide turn around time for factory repair.
7.1.2 letter quality printers
increment 1
2 months after contract award (expected contract date,
july 1983)
10 units
then at a rate of 30 per units per month (to a maximum
of 113)
increment 2 (optional)
15 months after contract award (expected contract date,
july 1983)
14 units
increment 3 (optional)
13 months after contract award (expected contract date,
july 1983)
20 units
then at a rate of 30 units per month
options (extra)
---------------
a quote for up to 50 extra letter quality printers is
also requested.
please provide turn around time for factory repair.
7.2 terms of delivery:
delivery shall be made cif cr's facility in ballerup,
copenhagen.
delivery charges should be quoted separately
7.3 origin
bidder shall warrant the origin country of the equipment
7.4 packaging
packaging shall be for air, sea, and land transportation
to best commercial practice.
container which can be used for re-export are required,
bidder is asked to specify his packaging method.
7.5 warranty
except as otherwise provided in this clause, the bidder
warrants that all items to be delivered shall be fit
and sufficient for the purpose intended, as stated in
the specifications, new, merchantable, of good material
and workmanship free from defect, and conforming to the
specifications. the warranty shall remain in effect for
a period of twelve (12) months after cr's acceptance
7.6 acceptance
acceptance of deliveries will be given upon incoming
inspection at cr's facility
7.7 supply warranty
bidder are requested to warrant the supply of similar
units and spares for a period of 10 years
7.8 quality assurance
bidder are requested to accept source inspection by national
qa authorities in accordance with mil-i-45208a.
7.9 terms of payment
bidder are requested to accept and base their quotation
on payment 120 days from delivery to cr's facility.
7.10 type of quotation
quotations should be firm fixed prices valid for 270
days from submission of quotation
quotations should include all necessary or recommended
accessories.
Please consider that your quote will be a very essential
part of the total h/w system. the cost of vdu's and printers
will the first and second most expensive parts of the
system. It is therefore essential that we can find a
cost effective solution for these item. Please return
if you need further information
7.11 submission of quotation
quotation should be received by cr no later than december
19, 1982.
quotation should be sent to:
christian rovsing a/s
2, lautrupvang
dk-2750 ballerup
denmark
attn: mr Flemming Enevoldsen
7.12 notice to cr
please confirm your intention to quote by telex to cr
(35111 cr dk).
please by telex inform of actual submittal of quotation
on date of your submittal.
please submit technical information without delay.
hoping that you will accept this invitation, we are looking
forward to receiving your quotation.
yours sincerely,
christian rovsing A/S
flemming enevoldsen