Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
MODIFICATION

66 -- Integrated Test System for Algorithms

Notice Date
7/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FMFBB22163A004
 
Archive Date
8/4/2012
 
Point of Contact
Elizabeth M. Cenova-Betts, Phone: 9376563952
 
E-Mail Address
elizabeth.cenova-betts@wpafb.af.mil
(elizabeth.cenova-betts@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson Air Force Base, Ohio is seeking potential sources that are capable of providing a fully integrated, PXI Express-Based Test System that researchers can use to perform real-time test and evaluation of algorithms. The system must be upgradeable in the future to the most advanced and latest PXI Express Based Test System updates and upgrades. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for PCI eXtensions for Instrumentation (PXI) Express-Based Integrated Test System: 1 Generate custom RF signals from 100 MHz to 6.6 GHz with 50 MHz bandwidth 2 Analyze RF signals from 100 MHz to 6.6 GHz with 50MHz bandwidth 3 External RF (10 MHz to 18 GHz) True RMS Power Meter, with connectivity to the controller for automated calibration 4 Provide GPS-locked timing to the Chassis, including receiver, antenna, cable and accessories 5 Synchronize the test instruments with GPS-locked timing, to within less than 1 ns of each other, for coordination with other systems 6 Control all test instruments within a single integrated chassis with at least two FPGA-based (Virtex-5 SX95T or better) real time boards 7 Process captured signals in real time using a x16 lane PXI express chassis for adequate data band width 8 Provide flexible connectivity with at least 32 discrete digital IO channels and at least 16 LVDS channels, through one of the FPGA-based control boards 9 Provide required cables and breakout boards and modules for all DIO and LVDS signals 10 Provide a CameraLink front-end to capture video directly from an FPGA-based real time processing module, supporting CameraLink full configuration and Power over CameraLink (PoCL) 11 Provide a high speed color CameraLink camera with 2048x2048 resolution and 180 fps using full configuration, or better 12 Provide four power supply channels within one or more module, each channel capable of ±20 V, 2 A, or better 13 Windows-based chassis controller with x16 lane connectivity to support high bandwidth data transfers, i7-860 CPU, 16 GB RAM, 2TB RAID-5, or better 14 Windows-based control software and development tools compatible with code written using National Instruments' LabVIEW software 15 International RAID system for data streaming to disk 16 All required accessories, software tools, libraries and drivers for a fully integrated test system All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 1,000. NAICS Code to be used for this acquisition is 334119. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Elizabeth.cenova-betts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Elizabeth Cenova-Betts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 20 July 2012. Direct all questions concerning this acquisition to Elizabeth Cenova-Betts at Elizabeth.cenova-betts@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FMFBB22163A004/listing.html)
 
Record
SN02808046-W 20120720/120719000635-7e1bf280ef7e7613bfe549800689ebad (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.