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
MODIFICATION

66 -- ABS400 - Airborne Bit Sync 30W Base Unit/BSM 410, BSM 410/Additional Bit Sync.

Notice Date
4/11/2006
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-FA9302-06-P-E085
 
Response Due
4/24/2006
 
Archive Date
12/12/2006
 
Point of Contact
Leonard Buckless, Contract Negotiator, Phone 661-277-8590, Fax 661-275-7885, - Mary Uptergrove, Contracting Officer, Phone 661-275-2538, Fax 661-275-7819,
 
E-Mail Address
Leonard.Buckless@edwards.af.mil, mary.uptergrove@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 and DFARs Change Notice (DCN) 2006-03-21. Standard Industrial Classification (SIC) code is 3812 and the size standard is 750 employees. NAICS is 334511. This acquisition is a 100% small business set aside. Simplified Acquisition Procedures (the award will be less than $100,000) will be followed. This purchase will be for The ABS-400 is a programmable airborne telemetry bit synchronizer designed specifically for command and control applications in the severe environment of tactical aircraft. ABS400 - Airborne Bit Sync 30W Base Unit/BSM 410, Qty 8 each, BSM 410/Additional Bit Sync, Qty 8 each. The basic system consists of a Base Module containing a 30-W power supply and one BSM-410 bit synchronizer. One additional BSM-410 bit synchronizer is also added in order to form a dual bit synchronizer assembly, each unit operating independently. Set-up and control are performed via Windows based programming circuitry. Bit synchronizer lock is accomplished and maintained with up to eight errors in the sync code. Loss of receiver input signal will cause the bit synchronizer to clamp the operating data rate to the pre-programmed rate. Programming is accomplished via an integral RS-232 port with programmable variables including: Bits/Word, Words/Frame, Sync Pattern, Sync Correlation, Sync Lock Strategy and Sync Loss Strategy. ABS-400/BSM-410 specifications include: Standard IRIG code formats of NRZ-L, NRZ-M, NRZ-S, RNRZ-L, Bi-phase-L, Bi-phase-M and Bi-phase-S. Bit Rates range from 100 bps to 10 Mbps for NRZ codes and from 100 bps to 5 Mbps for Bi-phase codes. PCM data input requires single-ended signal with less than +/- 20% jitter and up to 50% of signal amplitude. Input impedance can be 50 Ohms or 1 M Ohm with less than 50 pf nominal. Usable input range is 100 mV p/p through 10 V p/p. Digital output data and clock is RS-422. Bit Synchronizer functions include filter and sample detector, programmable loop bandwidths of 0.1%, 0.2%, 0.4%, 0.8% or 1.6%, a tuning resolution of 0.1%, tracking range of 3 times loop bandwidth, a capture range of 3 times loop bandwidth, a minimum capture SNR of 12 dB, a bit error rate of less than 1dB from theoretical at 1.0 Mbps NRZ-L, run lengths of up to 100 symbols, clock jitter of less than 0.5% at 12 dB Eb/No, and a lock time of less than 100 symbols for NRZ data and less than 50 symbols for Bi-phase data at 12 dB Eb/No. Input power requirement is 28 Vdc +/- 6 V with a nominal input current of 480 mA. Over-voltage tolerance is 40 V. The system meets the EMI specification of MIL-STD-461C, 462. The unit’s physical size is 2.5” X 3.5” X 2” with a weight not to exceed 17 oz. Individual modules will be stacked vertically with the Base Module/Power Supply at the bottom and in contact with the mounting pallet or shelf for best heat dissipation. Additional modules will be stacked vertically above the Base Module. The environmental characteristics include an operating temperature range of –40C to +85C with a storage range from –54C to +125C. Sinusoidal vibration range is 10g from 50 to 2000Hz and random vibration is 20g from 20 to 2000Hz. Shock specification is 275g half sine for 1.0 mS while operating humidity is from 1% to 98% relative. These units must be in exact form, fit, and function of what is currently being used for the F-16 aircraft. They must be identical to pre-existing hardware to save aircraft mod cost and time. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA 93524. Delivery will be 180 days ARO. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ . The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.225-3 Buy American Act – North American Free Trade Agreement; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; Clause 252.225-7036, North American Free Trade Agreement Implement Act; Clause 5353.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 24 April 2006 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7885 or e-mail address: leonard.buckless@edwards.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/Reference-Number-FA9302-06-P-E085/listing.html)
 
Place of Performance
Address: Edward AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN01026204-F 20060413/060411222711 (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.