Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1997 PSA#1889

Carderock Division, Naval Surface Warfare Center, Bethesda, Md 20084-5000

58 -- RIMS S-BAND UPGRADE SOL N00167-97-R-0044 DUE 072597 POC MaryAnne Golling (301) 227-3301 This is a reissue of a combination synopsis/solicitation that was first published as a small business set-aside. This requirement is being reissued as unrestricted, since there was no response as a result of the first announcement. Naval Surface Warfare Center -- Carderock Division (NSWC,CD) intends to obtain coherent step-chirp radar hardware that will expand existing frequency coverage of the Radar Imaging Measurement System (RIMS), currently owned and operated by NSWC,CD, down to S-band (2-18 GHz total frequency span) and permit fully agile frequency interleaving between frequency bands. The hardware is intended to be a commercial product modified as necessary to meet these requirements. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. (ii) Solicitation N00167-97-R-0044 is issued as a request for proposal. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. (iv) The associated standard industrial classification code is 3825. (v) The following product shall be procured through this solicitation: Item 0001 -- coherent step-chirp radar hardware that will expand existing frequency coverage of the Radar Imaging Measurement System (RIMS), currently owned and operated by NSWC,CD, down to S-band (2-18 GHz total frequency span) and permit fully agile frequency interleaving between frequency bands. (vi) The following information shall apply to all hardware/equipment being acquired under this procurement: It is expected that the hardware being procured will replace existing core radar hardware of the RIMS in order to accomplish the specified frequency coverage and frequency interleaving. The hardware must be able to work with and be integrated into the existing RIMS hardware as described in the following specifications. The vendor shall be responsible for the design and manufacture of the radar hardware described herein. Upon demonstration to the government of proper operation of the hardware, the equipment shall be shipped along with all specified documentation. Technical Specifications: Frequency Requirements: Frequency Coverage: Total frequency coverage is to be from 2 GHz to 18 GHz continuous, adjustable under computer control in frequency steps equal to that of the frequency source. System must be capable of expanded frequency coverage (under future modification) of 100 MHz through 100 GHz without degradation of current operation. Frequency Source: The frequency source is a Comstron FS2000B-18 (gov't equipment). The required system must provide computer control of the frequency source to the full resolution of frequency step sizes available, via the standard BCD input of the frequency source unit. Output of the frequency source shall be mixed with a local oscillator in the radar hardware of no less than 1.5 GHz to achieve the output of 2-18 GHz of the system, while maintaining the phase coherency of the frequency source. Frequency Agility: Under computer control, the system must be able to switch frequencies of the current frequency source within 1 microsecond. Frequency Table: As used here, a "chirp" is a sequence of discrete frequency steps beginning at an operator specified start frequency, incremented by an operator specified step size, and comprised of an operator specified number of steps. Each frequency in a "chirp" is transmitted, and a reply received by the system, before a second frequency is transmitted. A frequency table is a collection of "chirps" and specified single frequencies programmed under computer control by the operator. The system must have an agile frequency table permitting interleaving of individual frequency chirps of different major frequency bands (at least 4 bands), interleaving of individual frequencies of frequency chirps of different major frequency bands (at least 4 bands), and interleaving a single frequency between frequencies of multiple frequency chirps (band independent). The frequency table must be capable of a minimum of 8192 individual frequency entries. A step size of zero must be an acceptable value for an individual frequency chirp. The system must provide the operator with the information of how much time it will take to sweep through the frequency table with the current system settings. Frequency Table Triggering: The system must be capable of initiating a frequency table sweep either by internal trigger under computer control, or by an external TTL signal of 1 microsecond duration. Timing Requirements: Pulse Repetition Frequency (PRF): The PRF must be adjustable under computer control from 100 Hz up to 2 Mhz. Transmit Pulse Width: Pulse width must be adjustable under computer control from 5 to 10 nanosec to 100 microseconds. Target Range: Sample range to test target must be adjustable under computer control from a minimum of zero to a maximum of at least 100 nautical miles (600,000 feet). System timing must be able to utilize the theoretical range permitted at each PRF, up to a maximum of 100 nautical miles. System must be capable of sampling targets that are ambiguous in range (further away in time than the next transmit pulse), excluding specific ranges that are restricted due to subsequent transmit pulses. Target Range Offset: System must be able to offset (delay) the point from which zero range is measured to account for variable cable and other delays utilized in different configurations of existing government equipment. (This configuration will be provided to the successful offeror.) This offset (delay) must be variable under computer control, on a per band basis, from zero to a minimum of 6 microseconds in 1 nanosecond increments. Range Gates: System must have a minimum of two range gates, selectable under computer control, for target measurement under all modes of operation. The system must be capable of futureexpansion to a total of 8 range gates. Time spacing between range gates must be under computer control and capable of each being set independently. Range gate spacing must be capable of being set from zero to 20 microseconds. 2.2.6 Range Tracking: System must be capable of manual range tracking of targets. Manual range tracking must have range increments selectable under computer control from a minimum of 10 nanoseconds to a maximum of 5000 nanoseconds or greater, in 10 nanosecond increments. For manual tracking, actual range changes must be performed with a single mouse click (if on the computer screen) or by a single contact of an electrical switch (if utilizing an electrical switch for range changes). System must be expandable (under future modification) to include automatic range tracking utilizing the split gate tracker method. Automatic tracking, when implemented, must be capable of being utilized by first tracking manually and then enabling automatic tracking when the operator is ready. Automatic tracking must also be able to scan a start/stop range and lock on the biggest target in that range. Any range gates needed for automatic range tracking must be in addition to the minimum of two range gates specified for use in making target measurements. Range tracking must also be able to track a target to any of the installed range gates in the system (not just range gate #1). Future implementation of automatic range tracking must not degrade any of the current functions of the system. Transmitter/Receiver Requirements: Polarization: System must be capable, under computer control, of collecting the full polarization matrix (HH, HV, VH, VV) at the full sample rate of the system. Polarization must be capable of being switched on a pulse-to-pulse basis. RF Transmit Power: Output power of the system must be provided at a minimum of 100 milliwatts across the full frequency range of the system. Output power across each band (2-4 Ghz, 4-8 GHz, and 8-18 Ghz) must be constant to within 6 dB. System must be capable of adjusting output power, via a programmable attenuator, on a frequency dependent basis. RF Transmit Gating: Transistor-transistor logic (TTL) signals must be provided for gating this RF output signal. Gate signals must have delay and width adjustable under computer control on a per-band basis. RF and TTL signals will be used as input to existing government pulsed traveling wave tube amplifiers (TWTAs) with 2 kilowatt output and 4 percent duty cycle. 2.3.4 Band Switching: System must have high speed switched (pulse-to-pulse switchable) transmit and receive ports for each of the following three frequency bands; S (2-4 GHz), C (4-8 GHz), X/Ku (8-18 Ghz) 2.3.5 Front End Control: System must be capable of controlling existing government RF front end equipment for S, C, and X/Ku bands. Each band requires control of polarization (2 bits TTL), attenuators (8 bits TTL), load attenuator (1 bit TTL), and 21 spare bits for control of future features (32 bits total). Control bits must be independently changeable on a pulse-to-pulse basis by the system. Receiver Channels: System must have a minimum of one receiver channel. System must be expandable (under future modification) to two receiver channels to enable simultaneous co-polarized and cross-polarized data collection with no degradation of existing data collection capability. A/D Resolution: System must utilize analog-to-digital (A/D) converters with a minimum of 14 bits of resolution for acquisition of inphase (I) and quadrature (Q) data samples. Data Throughput: System must be capable of acquiring data to removable SCSI optical storage disk at a minimum sustained rate of 1 MByte/second. System must be capable of acquiring data to SCSI hard disk at a minimum sustained rate of 4 Mbyte/second. Receiver Bandwidth: Receiver bandwidth must be selectable, under computer control, at a minimum of the following values: 1, 2, 5, 10, 20, 50, 100, and 200 MHz. Receiver gain must remain constant to within plus/minus 0.1 dB for all available bandwidths. Instantaneous Dynamic Range: Systemmust have an instantaneous dynamic range of 60 dB from a single pulse sample at 200 MHz video bandwidth. Receiver Sensitivity: System must have a receive sensitivity of at least -83 dBm measured from a single pulse with 100 MHz receiver bandwidth. Coherent Integration: System must be capable of performing coherent integration on I/Q samples from 0 dB to 48 dB, in 3 dB increments. Integration must be capable of being performed in hardware with only the result being stored to disk. (The disk will be provided as Government furnished property to the successful offeror.) Total Dynamic Range: Total dynamic range must be greater than 100 dB as a combination of dynamic range and coherent integration. This does not include dynamic range acquired by use of system attenuators. 2.3.14 IF Receive Attenuators: The IF attenuator must be programmable under computer control from 0 dB to at least 63 dB, in 1 dB steps. System Modes: System must be capable of operating in data collection, data calibration, and system performance assessment (diagnostic) modes. I/Q Correction and DC Offset: System must be capable of using poly-phase coding to provide I/Q correction to 50 dB below the measured signal with 16 integrations. System must be capable of single pulse correction utilizing a phase shifter and post-processing software. Signal Monitoring: System must have several outputs available to the operator to monitor the operation of the system on an A-scope. These signals must include, at a minimum: PRF (TTL); Start of Frequency Table Pulse (TTL); Transmit Bracket (TTL); Receive Bracket (TTL); Range Gate Sample/Hold (for each range gate) (TTL); Polarization (TTL); I Video sample (for each receiver channel); Q Video sample (for each receiver channel); RF Detected Transmit Pulse: Computer Display/Data Requirements: Real-Time Displays: System must be capable of the following real-time displays during data collection: RCS Amplitude/Phase vs. Position/Azimuth (polar & rectilinear); RCS Amplitude/Phase vs. Frequency; RCS vs. Range; 1-D RCSAmplitude vs. High-Resolution Down Range Profile; RCS Amplitude vs. Doppler Frequency: Diagnostic Displays: System must be capable of providing the operator with displays of the following diagnostic data: A/D Statistics Histograms; I/Q Circularity Plots: External Data Inputs: System must be capable of recording external data inputs in the data stream once per frequency table and stored in the appropriate fields. The external data will be provided in ASCII form over an RS-232 serial data line. The data will include the following comma delimited values: Field/Range of Values: Pedestal Azimuth -- 000.00 to 359.99; Pedestal Elevation- minus 90.00 to plus 90.00; Target Heading -- 000.00 to 359.99; Target Roll -- minus 90.00 to plus 90.00; Target Pitch -- minus 90.00 to plus 90.00; Target Heave -- minus 999.00 to plus 999.00; Target Latitude -- minus 90.000000 to plus 90.000000; Target Longitude -minus 180.000000 to plus 180.000000; S_FE_Attn -0.00 to 99.00; C_FE_Attn -00.00 to 99.00; X_FE_Attn -00.00 to 99.00; K_FE_Attn -00.00 to 99.00: Data File Header: All data files headers must contain all parameters set by the operator for data collection, including the following: Start Frequency (for all elements in the frequency table); Frequency Step Size (for all elements in the frequency table); Number of Frequency Steps (for all elements in the frequency table); Polarizations; Pulse Repetition Frequency (PRF); Start Range; Pulse Width; Range Gate Sample Window; Number of Range Gates; Range Gate Spacing; All Attenuations; Video Bandwidth; Coherent Integration: Data File I/Q Data Sets: All data files must have the following data sampled at the beginning of the frequency table occurrence and recorded along with each frequency table I/Q data set: Range to Target; Variable System Attenuations; All data specified under "External Data Inputs" above: User Interface Computer: The computer used for the user interface to the system must be a Pentium Pro, 200 MHz computer with a 17" color monitor. User interface computer operating system must be the latest version of Microsoft Windows NT. 2.5 Physical Requirements: System Size: System must be fully mountable in standard 19" equipment racks and must fit within 60 inches of vertical rack space, excluding the user interface computer which must be no more than standard desktop/tower computer size. Power Requirements: System must operate completely on standard 110 VAC and must consume no more than 15 amps. System Weight: Chassis comprising the system must have a total combined weight of no more than 300 pounds. Documentation Requirements: Software Documentation: All software required for all modes of operation and data reduction must be provided with source code. Documentation must be provided completely detailing data file structure. Documentation must be provided completely detailing calibration of data files. All software must be accompanied with two sets of any user manuals and reference material necessary for operation of the system. Hardware Documentation: Documentation (2 sets) must be provided with all hardware showing parts lists, system schematics, and architecture down to a major component level (e.g., amplifier, mixer, etc.). A copy of system diagrams and schematics shall also be provided on CD-ROM in DXF format (or other format readable by AutoCAD Release 13). For components provided by a third party (e.g., the control computer), all manuals provided by that third party manufacturer are sufficient. (vii) Final inspection and acceptance will be made at NSWC,CD, West Bethesda, MD 20817-5700. Item 001 shall be delivered 90 days after award of the contract. (viii) Provision 52.212-1, entitled, "INSTRUCTIONS TO OFFERORS -- COMMERCIAL (OCT 1995)" applies to this solicitation. (ix) Provision 52.212-2, entitled, "EVALUATION -COMMERCIAL ITEMS (OCT 1995)" applies to this solicitation. The factors as stated in Paragraph (a) of the provision are (i) technical capability, and (ii) price. Award will be made to the low cost technically acceptable offeror. (x) The contractor is to include a completed copy of provision 52.212-3, entitled, "OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEM (JUN 1996)" with their proposal. (xi) Provision 52.212-4, entitled, "CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1997)" applies to this solicitation. (xii) Clause 52.212-5, entitled "CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996)" applies to this solicitation. The following additional FAR Clauses shall apply to this procurement: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.203-10 price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C.); FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2)(3)); FAR 52.222-26 Equal Opportunity (EO 11246); FAR 52.222-35 Affirmative Action for Special Disabled andVietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); and FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.221-11 Restriction On Certain Foreign Purchases (OCT 1996); The following additional DFAR Clauses shall apply to this procurement: 252.212-7000 Offeror Representations and Certifications -- Commercial Items (NOV 1995); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items (NOV 1995); 252.225-7007 Trade Agreements (JUL 1996); 252.225-7008 Supplies to be Accorded Duty-Free Entry (DEC 1991), with all supplies being accorded duty-free entry; 252.225-7009 Duty-Free Entry -- Qualifying Country End Products and Supplies (JAN 1997); and 252.225-7012 Preference for Certain Domestic Commodities (FEB 1997). No additional requirements or terms and conditions apply to this solicitation. (xiii) All hardware/equipment shall be warranted free from defects for a minimum period of one year from the date of acceptance. The warranty shall provide for repair or replacement of defective items discovered within the warranty period. (xiv) The Defense Priorities and Allocations System (DPAS) assigned rating is D0-C9E. (xv) Proposals in response to this solicitation are to be received by 2 PM Eastern Standard Daylight Savings Time, 25 July 1997, at the Naval Surface Warfare Center, Carderock Division; Bldg. 121, Room 214; Code 3321; Attn: MaryAnne Golling; 9500 MacArthur Blvd.; West Bethesda, MD 20817-5700. (xvi) For all inquires, please call MaryAnne Golling (301) 227-3301. (0196)

Loren Data Corp. http://www.ld.com (SYN# 0331 19970717\58-0004.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page