Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOURCES SOUGHT

58 -- C-Band Transmitter

Notice Date
3/18/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-09-R-0202
 
Archive Date
4/17/2009
 
Point of Contact
Monica D. Chisolm,, Phone: 8508820161
 
E-Mail Address
monica.chisolm@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the requirement detailed below. A formal Solicitation, with Performance Work Statements or Technical Exhibits is not available for review at this time. Information obtained from this sources sought notice may result in a future formal Request for Proposal. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. The 46th Test Wing, 46th RANSS Facility has a requirement for a C-band transmitter using ARTM Tier 0, I, and II modulation that is in ground surface vehicles to transmit real-time video for operation and control awareness. The video will be transmitted up to 15 miles away and recovered for display. The transmitter which does not exceed 100 cubic centimeters and weight of the transmitter not exceed 0.2 kg., operate in the 4400-4950 MHz band, each channel be tunable in.5 MHz steps and channel bandwidth be 1-20 Mbps, Advanced Range Telemetry (ARTM) Tier I SOQPSK shall be the intended modulation scheme and standard IRIG-106 fifteen-stage randomizer, operate with an input voltage of 24 V +/- an acceptable variance, a suggested variance is +/- 2 Volts and 1.8 Amps max all conditions, a minimum power output of 5 Watts and RS-232 serial interface shall be used to control the parameters of the transmitter, per IRIG 106-07 Appendix N. The signal interfaces serial data with separate synchronous clock, TTL or TIA/EIA-422, pre-modulation filtering and deviation automatically track the data rate, with no programming or configuration. The temperature of the units should be able to operate, at a minimum, temperature ranges from 0° to 85° C. Contractor shall supply all cables to interface each transmitter with RF, data source, power, and control for 16 transmitters. North American Industry Classification System (NAICS) code for this acquisition is 334511, with a small business standard size of 750 employees. The government is contemplating an IDIQ fixed price contract with a base quantity of 16 units with 4 each one-year options with quantities ranging from 1 - 8. The capabilities package should include information detailing similar efforts conducted by your firm with an explanation of their ability to perform production and meet the required minimum delivery quantity of 16, previous equipment experience in regards to the ARTM Modulation specifications and C-Band RF requirements, and ability to generate required DD Form 1494s in the date specified. In addition to a capabilities package, firms responding to this announcement should include company name, cage code, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. This is a Sources Sought Synopsis for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses submitted should as one copy, a maximum of ___15____ pages in length. Your response must be received within 15 days from the date of publication. Responses should be sent to AAC/PKET 205 West D Avenue, Suite 427, Eglin AFB, FL 32542, Attn: Monica Chisolm.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9b4e4e5d0fca0305942480330cf365bf&tab=core&_cview=1)
 
Place of Performance
Address: Monica Chisolm, Contract Specialist, Phone 850-882-0161, Fax 850-882-4561, Email monica.chisolm@eglin.af.mil, Catherine Gray, Contracting Officer, Phone 850-882-2675, Fax 850-882-4561, Email catherine.gray@eglin.af.mil, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01771817-W 20090320/090318215619-9b4e4e5d0fca0305942480330cf365bf (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.