top - download
⟦ee2ecd674⟧ Wang Wps File
Length: 12341 (0x3035)
Types: Wang Wps File
Notes: AYDIN CORP
Names: »3116A «
Derivation
└─⟦67e26c09b⟧ Bits:30006222 8" Wang WCS floppy, CR 0244A
└─ ⟦this⟧ »3116A «
WangText
DOC 3116A Telex: ? Belgien
FE/amn 1982-12-02
To: aydin corp belgium
Att: Mr Leo. J. Schijven
fm: christian rovsing a/s
flemming enevoldsen
Our ref: sys/tlx/093
subject: request for quotation for supply of 43 color graphic
display units plus expected expansion to 186, 1 color graphic
copies plus expected expansion to 2 and 10 video copiers plus
expected expansion to 46 units. (access programme).
your are hereby invited to submit a quotation for supply of
the above equipment in accordance with the specifications and
conditions stated below.
1. general technical requirements
---------------------------------
1.1 color graphic display units (cgdu)
These must fullfill the requirements for VDU's (rfppc14) plus
special requirements for VDU's (rfppc16) (if aydin can provide
vdu's please return, quantity rfppc77,78)
1.1a Remote terminals
---------------------
the terminal specifications listed below are designed
to identify the minimum requirements of two classes
of users. One class of users requires a visual display
unit (vdu) and another class requires a color graphic
display unit (cgdu). the vdu is a subset of the cgdu.
a cgdu can be used to meet the requirements of the vdu.
each remote terminal must operate independent of and
concurrent with all other terminals.
1) video display unit (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.
h) 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 standard x4.14-1971.
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.
1.1b Color graphic display unit (CGDU)
---------------------------------------
the cgdu must meet all the requirements of the vdu plus
the following:
a) create and display text and graphic information.
b) a display area of not less than 75 square.
c) screen definition of not less than 512 x 476
individually
addressable and color definable pixels.
d) drive the video copier in a slave mode
e) minimum data rate of 9600 bps.
f) graphics capabilities as listed below.
1. alphanumeric formats in upper and lower case in
multiple font styles and sizes (displayable within
a single graphics screen image).
2. circles.
3. pie charts.
4. squares and rectangles.
5. bar charts
6. curves.
7. vectors.
8. line drawing.
9. tabular data.
10. automatic layout. (take tabulated data and automatically
create the desired chart without requiring the
user to plot or draw the chart on the terminal).
11. shading patterns.
12. stacked or hidden bars.
13. precomposed images (logos and maps).
g) edit and randomly move representations on the
screen.
h) basic foreground and background colors of black,
red, green, blue, yellow, magenta, cyan, and
white.
i) eight colors to be represented on the screen
at any one time.
1.2 color graphic copier
------------------------
this device will be used only for output from the system.
the following features are required:
1) resolution of at least 100 points per inch
2) at least 7 colors, black, red, blue, green, yellow,
cyan, and magenta must be provided
3) output, in monocolor or color, any digitized data
displays contained in the data base.
4) output on both paper and transparency materials
5) print an aggregate speed of three pages (8 1/2 x
11 inches) per minute.
6) interface directly with the host system.
1.3 Video copier
----------------
the video copier shall reproduce on paper, monocolor
images created on the color graphics terminals. the
copier must have the following capabilities:
1) each copier shall be connected directly to a color
graphic display units.
2) the resolution of the copier shall be at least 100
dots per linear inch
3) print at least (five) 5 copies per minute
4) meet the tempest requirements of nacsim 5100a.
1.4 additional equipment
------------------------
cr is also requesting quote on the following items for
access.
1) graphics digitizer
2) high speed non-impact printer
3) line printer
4) letter quality printers
5) ocr
6) color graphic camera
see rfp pc12-18 and pc77,78
2. power input
--------------
the equipment must be able to operate with a power source
of 120/208 volts plus or munus 10 per cent, 60 hz plus
or minus 1 per cent, three-phase, four wire system power
input harmonic distortion requirement must be less than
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 software
----------
detailed information on software is request, especially
host resident s/w. can you supply it? what is language
is it written in?
1) generate, as a minimum the charts and diagrams.
2) at least eight plotted lines which must be distinguishable
from each other by the use of different colors.
3) multiple line-type segments, multiple types of shading
and filling, and definable color vectors.
4) color labeling entries to be added interactively.
5) interactively interface with all seven applications
software subsystems and the statistical package.
6) allow for an area of explanatory text.
7) selective erasures without having to redraw an entire
display.
8) interactively edit with keyboard.
9) independent scaling and windowing.
10) a standard font size with multiple alternative
fonts and program definable font size.
11) an optional review of available chart formats for
display creation.
12) select a specific chart format and plot the desired
data.
13) structure charts for data display from user supplied
variable.
14) process input from calculations based upon analysis
of data content, by on-line terminal entry, or
digitizer entry.
15) add/subtract graphs and superimpose one graph on
another.
16) paint over a graph (e.g. place a narrow white bar
over a wide blue bar or insert a box of text inside
a filled in curve).
17) use the function and cursor control keys.
18) store and retrieve graphic images.
5. interface
-------------
the interface requirement to the host must be specified.
6. logistics
------------
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
---------------------
2 months after contract award(contract expected july
1983)
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 trasportation
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.
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