Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2007 FBO #1895
SOURCES SOUGHT

58 -- WIDEBAND RADIO RECIEVER AND DIRECTION FINDING SYSTEM

Notice Date
2/1/2007
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DEA-07-EPIC-0026
 
Response Due
2/16/2007
 
Archive Date
3/3/2007
 
Description
SOURCES SOUGHT SYNOPSIS NOTICE ONLY This is not a request for proposal. The Drug Enforcement Administration, El Paso Intelligence Center, Texas, is seeking SMALL BUSINESS, WOMEN-OWNED, SMALL DISADVANTAGED BUSINESS, HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBzONE), SERVICE DISABLE VETERAN OWNED SMALL BUSINESS AND 8(a) Contractors to determine whether there are such businesses that can fulfill the requirement for a minimum of one (1) and a maximum of ten (10)Wideband Radio Receiver & Direction Finding System. Following are the system requirements: 1) The ability to quickly search, monitor and perform direction finding (DF) on the entire VHF/UHF spectrum using a wideband receiver and four digital narrowband handoff receivers with the data sent back to operator work stations located at EPIC and San Antonio, Texas. The link between the remote site and the operator work stations will be made by fractional T1 or high speed internet connection. The link between the remote site and the operator work stations including associated hardware (router, modem, etc.) will be provided by EPIC. 2) The ability to perform AM, Log AM, FM, CW, LSB, USB, ISB and Phase Modulation detection. 3) The system shall be have a minimum of 20 MHz instantaneous bandwidth in DF mode, system DF accuracy of at least two degrees RMS, a built in calibration system to maintain DF accuracy, minimum of 24 hours of digitized voice and DF information recording with date/time tagging, frequency, signal parameters, line of bearing or fix (when additional linked sites are added in the future). 4) Full control of the remote wideband and digital narrowband receivers from the operator work stations. 5) The capability for future expansion to include additional remote sites and operator work stations linked to the original system to obtain fixes. 6) Multiple, simultaneous, full access to a single remote site by different operator work stations. Each operator must be able to access all the wideband data from the remote wideband receiver and simultaneously demodulate signals of interest using multiple digital narrowband handoff receivers. 7) When a signal of interest is detected on the wideband receiver, the operator must be able to listen to and record that signal using a handoff receiver while continuing to search the remainder of the spectrum, using the wideband receiver, for additional signals of interest. 8) The data from the wideband system must be displayed on a graphic user interface (GUI) in such a manner as to enable the operator to readily identify new signals, demodulate the signal and view signal information. 9) The ability to deselect frequencies and/or frequency ranges known to be of no interest so they are no longer displayed on the wideband GUI. 10) The ability to prioritize frequencies of interest so that priority display of signal information to the operator and assignment of that signal to a narrowband handoff receiver for demodulation is automatically performed. 11) The ability to quickly and automatically detect, with a minimum of false hits, perform DF and store DF information on all detectable signals for later analysis. 12) Automatic display of priority signal location on a mapping system. 13) The ability for the operator to define particular signal attributes, such as geographic location of the signal emitter, so that signals matching these attributes will automatically display signal information based on operator selected priorities. 14) The ability to enter frequency tables for scanning. 15) Voice detection with automatic and manual recording. 16) The ability to manually fine tune the handoff receivers. 17) Digital recording, at the operator work station, of selected signals in standard audio file formats. 18) Listen to demodulated signals in real-time while recording the signal. 19) The ability to readily locate and play back an entire recording or a selected part of a recording repeatedly for transcription. 20) The ability to select the DF information to use for a fix in order to refine the accuracy of the fix (for use when additional systems are installed to obtain fixes on targets). 21) Display the DF information on a mapping system along with signal information. 22) The ability for the handoff receivers to solve voice inversion. 23) The ability to solve frequency hopping, trunking and PL tones. 24) Installation of all contractor provided equipment shall be done in such a manner as to minimize potential damage due to lightning strikes. The Contractor shall be held responsible for providing, delivering, installing and testing one wideband radio receiver system. The Contractor shall be held responsible for providing all parts, materials, labor and transportation related to the provision, delivery, installation, and testing of the system. Small businesses that are capable and interested shall submit their capabilities statement directly via e-mail to: Richard.R.Marro@usdoj.gov or by mail to: The Drug Enforcement Administration, El Paso Intelligence Center, Attn: Richard R. Marro, 11339 SSG Sims Street, El Paso, TX 79908 no later than February 16, 2007. Interested parties responding to this source sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, the size and type of business, and DUNS number, (2) documentation relating to capability of performance of an ID/IQ contract, (3) A list of past experience of the company to include: providing this type of system, period of performance, and contract number; and (4) any other pertinent information related to the requirement. The system has to be COMMERCIALLY AVAILABLE not developed. The information and materials provided will neither be returned nor will reimbursement be made for any costs associated with providing information in response to this announcement. THIS NOTICE DOES NOT COMMIT THE DEA TO PROCURE THE SUBJECT SUPPLIES/SERVICES NOR INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. However, the Government may subsequently issue a Request for Proposal which could lead to a Fixed-price ID/IQ contract with base year plus four successive option years. The Government is seeking information only to determine whether small businesses are interested and are capable of providing this type of supplies/services. No telephone requests will be accepted.
 
Record
SN01223670-W 20070203/070201220447 (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.