Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

58 -- Telemetry Receiver

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
NAVSURFWARCEN, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017806R1031
 
Response Due
4/24/2006
 
Archive Date
12/21/2006
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP); the solicitation number is N00178-06-R-1031. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase on a sole source basis, a quantity of two (2) each Model RCB-2000 Dual Channel Telemetry Receivers available from L3 Communications Microdyne, located at 1515 Grundys Lane, Bristol, PA 19007-1506. CLIN 0001 Two (2) each, Model RCB-2000 Dual Channel Telemetry Receiver. The dual channel receiver/combiner (DCRC) unit will be used for the reception, pre-detection combining, demodulation and bit synchronization of U.S. Navy telemetry data in the 2185 Mhz to 2485 Mhz frequency spectrum. The DCRC shall be capable of receiving two independent RF streams and pre-detection combining them into a single intermediate frequency (IF) output. The DCRC shall provide the capability to take the combined IF output and demodulate it into a video stream output. Several modes of demodulation shall be supported including frequency modulation (FM), phase modulation (PM), bi-phase shift keying (BPSK) and Quadrature phase shift keying (QPSK). The DCRC shall support modulated signals with data rates from 5 samples per seconds to 20 Mega samples per second in all modes. Setup and control of all DCRC functions shall be supported through front panel controls and remotely via RS-232C, IEEE-488 and 10 base T ethernet connections. The RCP shall conform to all IRIG 106-96 telemetry standards. Receiver Requirements Each of the 2 receiver channels shall meet the following minimum requirements: a) Receiver Type: Shall be superheterodyne conversion; b) RF Frequency Range: Shall be tuneable from 2185 to 2485 Mhz in 0.1 Mhz steps; c) Noise Figure: Shall be12 dB Maximum; d) Input Impedance: Shall be 50 ohms plus or minus 3 ohms; e) Input VSWR: Shall be 2 to 1 maximum; f) Image Rejection: Shall be 55 dB minimum; g) IF Rejection: Shall be 55 dB minimum; h) Spurious Rejection: Shall be 45 dB minimum; i) Dynamic Range: Shall be threshold to plus 10 dBm; j) First Local Oscillator Characteristics: Shall be synthesized with 100 Khz tuning increments; k) Second Intermediate Frequency (IF) : Shall be 70 Mhz plus or minus 1.5 parts per million; l) Second IF Filter Bandwidths: Each receiver channel shall include the following IF filter bandwidths centered at 70 Mhz with each filter having a symmetry of plus or minus 10 percent: 300 Khz, 500 Khz, 750 Khz, 1 Mhz, 1.5 Mhz, 2.4 Mhz, 3 Mhz, 3.3 Mhz, 4 Mhz, 6 Mhz, 10 Mhz, 15 Mhz, 20 Mhz; m) Automatic Gain Control (AGC) Characteristics: Each receiver channel shall provide an AGC output which is linear to plus or minus 2 dB over any 30 dB range. AGC time constants of 0.1, 1 10, 100 and 1000 milliseconds shall be provided; n) Amplitude Modulation (AM) Detection Characteristics: Each receiver channel shall provide an AM output with a frequency response up to 50 Khz; o) Outputs: The following rear panel outputs shall be provided from each receiver channel as a minimum; 70 Mhz 2nd IF output, AGC output, AM output; p) Control/Status: The following parameters shall be controllable via front panel controls and/or all remote interfaces for each receiver channel: RF frequency, IF Bandwidth, AGC Time Constant, AGC Signal Level, AGC Zero/Scaling. Pre-Detection Combiner Module Requirements The combiner module shall accept AGC and 70 Mhz 2nd IF inputs from both receiver modules and generate a composite output signal in 1 of 4 modes: optimum ratio combining, optimum selection combining, channel 1 only and channel 2 only. In optimum ratio mode, the combiner shall sum the signals from each receiver channel in a weighted fashion based on relative AGC signal levels up to gain a maximum signal to noise ratio improvement of 2.5 dB when the signal inputs from each receiver are equal. In optimum selection mode, the combiner shall select the receiver channel which has the highest AGC signal level and pass it through as the combined signal. In channel 1 and channel 2 only modes, the combiner shall only pass through data to the combined output from the selected received channel. The combiner mode shall be controllable via front panel controls and/or all remote interfaces. Multi-Mode Demodulator Requirements. The multi-mode demodulator shall accept the combined pre-detection signal output, demodulate the signal and provide a baseband video output. The unit shall support demodulation of the following modes: FM, BPSK and QPSK. The FM demodulator shall include trellis demodulation technology. The multi-mode demodulator shall also meet the following additional requirements: a) Acquisition and Tracking: The demodulator shall have and acquisition and tracking range of plus or minus 250 Khz in all modes; b) Linearity: The demodulator shall have a maximum distortion and linearity of 5 percent in all modes; c) Video Output: A rear panel video output with 75 ohms impedance shall be provided. Video output voltage shall be user selectable with a maximum output of 8 volts peak to peak, Video output coupling shall be user selectable AC or DC; d) Video Filters: Selectable low pass filters shall be provided for the demodulated video outputs. User selectable Video filters at the following 3 dB cutoff frequencies shall be provided: 150 Khz, 250 Khz, 500 Khz, 1 Mhz, 1.5 Mhz, 2 Mhz, 2.5 Mhz, 3 Mhz, 4 Mhz, 6 Mhz, 10 Mhz and 15 Mhz; e) Control/Status: The following parameters shall be controllable via front panel controls and/or all remote interfaces: Demodulator Mode, Video Filter Selection, Video Coupling, Video Gain, Video Output Level. Bit Synchronizer Requirements. The DCRC shall contain a bit synchronizer which accepts the demodulated video as an input and provides phase coherent data and 0 degree clock signal outputs to the rear panel. Data and clock outputs shall be at 75 ohms impedance and at transistor transistor logic (TTL) voltage levels. The bit synchronizer shall support data rates from 100 kilosamples per second to 20 megasamples per second and code types of non-return to zero level, mark and space (NRZ-L/M/S) and bi-phase level, mark and space (BIO-L/M/S) and IRIG 106 fifteen bit randomized NRZ-L. All bit synchronizer parameters shall be user selectable via front panel controls or via all remote interfaces. Physical Requirements. The DCRC shall be in a 19 inch wide rack mount configuration, shall have a maximum panel height 5.25 inches and shall have a maximum depth of 27 inches. The weight of the DCRC shall not exceed 45 pounds. Connectors. The DCRC shall provide the following inputs/outputs with the corresponding connector types: a) RF Input (2 each), Type N; b) IF Output (2 each), Type BNC; c) Analog AGC (2 each), Type BNC; d) AM Video (2 each), Type BNC; e) Filtered Video Outputs (1 each), Type BNC. Status Monitors. Front panel status monitors outputs shall be provided for all remotely controllable functions. Power Requirements. Unit shall operate from 92-138 Volts, 48-62 Hz AC Power. Maximum current required shall be 2.0 Amps. Remote Interface Requirements. The unit shall provide 10 base T ethernet, IEEE-488 and RS-232C interfaces as a minimum. Each interface shall be capable of controlling and status monitoring each function that is defined as remotely controllable. Environmental. The following environmental requirements shall be met. Formal testing of requirements is not required, ability to meet requirements shall be demonstrated through design practices: a) Operating Temperature: Shall operate from 0 to 50 degree Celsius; b) Non-operating Temperature Range: Shall not be damaged when exposed to temperatures from minus 55 to plus 65 degrees C in a non-operating condition; c) Humidity: Shall operate in non-condensing humidity environments from 0 to 95 percent; d) Transportation Shock: Shall not be damaged when exposed to 20 g?s shock for 11 milliseconds, one half sine wave in a non-operating mode; e) Operating Vibration: Shall meet all specified operational requirements in the presence of a 0.5 g sinusoidal vibration environment from 4 to 8 Hz and a 1 G sinusoidal vibration environment form 8 Hz to 32 Hz; f) Non-operating vibration: Shall not be damaged when exposed to the following random vibration spectrum in a non-operating! condition. FREQUENCY - 5 to 30 Hz, VIBRATION LEVEL - .02 G squared and or Hz, FREQUENCY - 30 to 50 Hz, VIBRATION LEVEL - .007 G squared and or Hz g) EMI: Shall meet MIL-STD-461D requirements Warranty: Unit shall include a 12-month warranty against manufacturing defects. The NAICS Code is: 334220 and the Small Business Size Standard is 750 employees. Delivery will be F.O.B. Destination to Dahlgren, VA within 150 days ARO. The order will be firm fixed price. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-07, effective 2 February 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions of Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to NSWCDD, Bldg. 183, Rm. 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, no later than 3:00pm (EST). April 24, 2006. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award. (5) A copy of the complete commercial warranty provisions and terms; (6) offered delivery time; (7) offeror?s remit to address; (8) completed copies of FAR 52.212-3 and DFARS 252.212-7000; (9) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar value, date of sell, organizational name, point of contact, address, phone number and email. (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices list in the above mentioned catalog or established pricelist; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this requisition. The following clauses are applicable: 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.243-7002, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037 and 252.247-7024. The Defense Priority and Allocation System (DPAS) rating is a DO-A7. The closing date for receipt of proposals is no later than 2:00 pm (EST) on 24 April 2006. Electronic quotes are encouraged at DLGR_NSWC_XDS11@navy.mil. Proposals may also be faxed to (540) 653-7088 or delivered to NSWCDD, Attn: Code XDS11J, Bldg. 183, Rm. 102, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100.
 
Record
SN01025838-W 20060413/060411221109 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.