SOURCES SOUGHT
D -- REQUEST FOR INFORMATION (RFI) FOR FREQUENCY CONVERTERS AND RACK INTEGRATION SERVICES
- Notice Date
- 1/24/2013
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J13T0013
- Response Due
- 2/25/2013
- Archive Date
- 3/25/2013
- Point of Contact
- Parris S. Weidenbach, 309-782-4678
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(parris.s.weidenbach.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Product Manager Wideband Enterprise Satellite Communications (SATCOM) Systems (PM WESS), Fort Belvoir, VA, is seeking information from potential offerors for the contemplated acquisition of frequency converters and rack integration services. Large and small businesses that are experienced in providing frequency converters and rack integration services are requested to respond to this RFI. Small business is defined by North American Industry Association Classification System (NAICS) 334220, (750 employees or less). PM WESS will replace legacy AN/GSC-52A, AN/GSC-39 and AN/GSC-78 satellite earth terminals world-wide with the AN/GSC-52B Modernization of Enterprise Terminals (MET). Several sites are equipped with satellite control equipment, including the Replacement Satellite Configuration Control Element (RSCCE), which interfaces to the legacy terminals at X-Band. The MET does not provide an X-Band interface, and the Government does not view modification of the RSCCE as practicable, so frequency converters are required to interface the RSCCE to the MET at L-Band. The satellite control equipment will interface to the MET via the Replacement Radio Frequency Interconnecting Subsystem (RRFIS). The Government tentatively plans to include the following equipment and services in a pending solicitation. The entire effort consists of two distinct tasks: provide up- and down-converters with the required frequency conversion, and integrate the converters into rack assemblies that can be deployed to fixed sites world-wide. Installation of the rack assemblies will be performed by others. Task 1 consists of providing up- and down-converters with the required frequency conversions: a. Provide up-converters capable of translating a 1350 MHz carrier with 250 kHz bandwidth to 7600 MHz and a 1354.7059 MHz carrier with 250 kHz bandwidth to 7604.7059 MHz. (This converter translates the L-Band downlink from MET to the X-Band receive frequency of the RSCCE.) The converter may provide sufficient bandwidth to perform both conversions without tuning or the carrier frequency may be selectable. b. Provide down-converters capable of translating an 8000 MHz carrier with 50 MHz bandwidth to 1100 MHz and an 8370 MHz carrier with 50 MHz bandwidth to 1470 MHz. (This converter translates the X-Band transmit frequency of the RSCCE to the L-Band uplink of the MET.) The converter may provide sufficient bandwidth to perform both conversions without tuning or the carrier frequency may be selectable. c. Provide manuals for the up-and down-converters addressing operation, theory of operation, maintenance and installation in contractor format. d. Perform first-article and production testing of the converters. The converters must exhibit low thermal noise, low phase noise, low spurious outputs and provide excellent stability, amplitude flatness and phase linearity. Detailed requirements will be provided if the contemplated solicitation is released. The converters must be remote controllable via either RS-485 or Ethernet. Up to 30 up-converters (TBR) and up to 30 down-converters (TBR) are contemplated to be required to populate up to six rack assemblies (four up- and four down-converters per rack plus spares). Task 2 consists of integrating the converters into rack assemblies: a. Integrate four up- and four down-converters into each of six rack assemblies with three up- and three down-converters on-line and one each in hot standby. Automatic protection switching is preferred, but manual protection switching using patch panels is acceptable. b. Integrate additional hardware such as line amplifiers, attenuators and equalizers into the rack assemblies as required to meet the interface requirements of the RSCCE and the RRFIS. Interface specifications for the RSCCE and RRFIS will be provided if the contemplated solicitation is released. c. Provide monitor and control (M&C) software, installable on a Government furnished Microsoft Windows 7 based personal computer. The M&C software shall at a minimum support configuration and status monitoring of the converters. It is desirable to provide M&C of all active components in the rack. d. Provide detail drawings, assembly drawings, schematics and parts lists for the integrated rack assembly and its components. e. Provide a manual for the integrated rack assembly addressing operation, theory of operation, maintenance and installation in contractor format. f. Perform a thermal analysis of the rack assembly. g. Perform first-article and production testing of the rack assemblies. h. Support on-site testing of the first-article. The production and integration services contemplated will be performed at the Contractor's facilities. On-site testing of the first-article will be performed at the following Government facilities: Ft. Detrick, MD. Interested potential offerors may provide responses for any one or both of the tasks described above. Interested potential offerors are asked to provide the following specific information. a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Current capabilities your company offers which most closely match the capabilities specified above. d. Available brochures, photographs, illustration and technical descriptions that describe your company's current products and services that most closely match the required capabilities. e. An optional White Paper (no more than 20 pages in length) describing how your company's technical expertise could produce and deliver the required capability. f. An identification of your company's past and current customers to which your company provided similar services, including a customer/company name and point of contact, phone number, and address/e-mail where they can be contacted. g. Pricing structure for required supplies and services. This RFI is for planning purposes only and shall not be construed in any manner to create an obligation on the part of Government to enter into any agreement, nor to implement any of the actions contemplated herein, nor to serve as the basis for any claim whatsoever for reimbursement for any costs associated with the preparation of responses submitted to the RFI. Please furnish the above requested information by 25 February 2013. Please submit the requested information in PDF or Microsoft Word format via e-mail at the following address: parris.s.weidenbach.civ@mail.mil. Technical questions should be directed to Mr. Jeff Joo [chang.y.joo.civ@mail.mil] at PM WESS, Fort Belvoir, VA. All other questions should be directed to Parris S. Weidenbach [parris.s.weidenbach.civ@mail.mil] at Army Contracting Command -Rock Island. Contracting Office Address: Army Contracting Command - Rock Island (ACC-RI), ATTN: CCRC-TC, Rock Island, IL 61299-6500 Place of Performance: To be determined Point of Contact(s): Mr. Jeff Joo, 703-806-4874 Ms. Stephanie Wilson, 309-782-2124 Mr. Parris S. Weidenbach, 309-782-4678
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7baa56164dd675de8aa4fd6cecd898dd)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-TC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02971432-W 20130126/130124234233-7baa56164dd675de8aa4fd6cecd898dd (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 |