Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15, 2000 PSA #2686
SOLICITATIONS

58 -- DAMA SATELLITE CHANNEL ANALYZER

Notice Date
September 13, 2000
Contracting Office
HQ ESC, MILSATCOM TERMINALS PROGRAM OFFICE, ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620
ZIP Code
01731-1620
Solicitation Number
N/A
Response Due
October 18, 2000
Point of Contact
Capt Alice Ward, Contracts Manager, 781-271-6414. Mr. Joseph A. Zimmerman, Contracting Officer, 781-271-6279.
E-Mail Address
Click Here to E-mail the POC (alice.ward@hanscom.af.mil)
Description
This announcement constitutes a Request for Information (RFI) synopsis and market research. Information obtained as a result of this synopsis is for planning purposes only. It does not constitute an invitation for bid (IFB) or request for proposal (RFP), nor is it to be construed as a commitment by the government. The MILSATCOM Terminals Program Office is conducting a market survey and analysis of commercial off-the-shelf (COTS)/non-developmental item (NDI) Demand Assigned Multiple Access (DAMA) Satellite Channel Analyzer for the Air Force Air Combat Command (ACC) to use for maintenance of their DAMA ultra-high frequency (UHF) satellite communications (SATCOM) terminals. The satellite channel analyzer shall be luggable/portable/transportable and shall weigh less than 60lbs without cables and be usable by personnel possessing a 5 Skill Level. The Government desires the channel analyzer be operational using single phase, 50Hz to 400Hz power at 105 to 230VAC. As a minimum, the channel analyzer shall be able to analyze frequencies between 225 and 400 MHz. As a minimum, the analyzer shall be capable of analyzing both transmit and receive channels for interference, signal quality, signal to noise ratio, and reception probability. It shall also be capable of: evaluating individual or groups of channels, 5 and 25kHz DAMA and report signal presence, peak level and location, signal bandwidth, and type of signal (e.g. wideband, voice, data). The analyzer shall be capable of isolating defective user equipment, satellite channel, or outside interference. The design should be flexible to allow expansion of capabilities to include: other frequency bands, existing and planned satellite signals. The Government desires the ability to download and store selected test/waveforms for analysis, preferably via an RS232 interface. Government desires expansion be accomplished through software/firmware upgrades. Hardware changes shall be held to a minimum. Technical documentation shall be provided with the channel analyzer. Channel analyzer shall display "plain English" text responses/prompts for human/machine interface (HMI). The channel analyzer shall be capable of operation and storage in extreme environments and must be protected against accidental RF input power overload. The vendor shall provide on-site Continental United States (CONUS), hands-on training/demonstration. Technical support and analyzer warranty are also desired. Other topics of concern are dimensions, delivery availability, cost, and maintenance support. The Government is interested in procuring a minimum of ten (10) of these channel analyzers. Although this market survey is for informational and planning purposes only, the information provided by prospective vendors could lead to an eventual procurement of these systems. Interested vendors shall submit in writing, within thirty (30) days after the posting of this announcement, a statement of interest and shall provide the following: specifications; block functional diagrams (including antenna(s)); RF schematics (including antenna(s)); operations and maintenance manual; acceptance test procedures; delivery availability schedule, and vendor certification that the system has NSA endorsement for COMSEC/TRANSEC embedded devices. Vendors shall include their capability to provide integrated logistics support including depot level maintenance. The Government will use the information obtained from this market survey to evaluate the capabilities of the marketplace. Respondents to market survey shall identify whether they are a large or small business and provide their company's name, address, telephone number, and a Point of Contact (POC). Any proprietary information submitted shall be identified as such. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this market survey. Market survey responses should be sent to: ESC/MCK, 50 Griffiss St., Hanscom AFB MA 01731-1620, ATTN: Capt Alice Ward or (via commercial delivery service) to: The MITRE Corporation, Lobby Bldg. M, 202 Burlington Road, Bedford MA 01730, ATTN: Capt Alice Ward (ESC/MCK). Facsimile (781) 271-7956 or e-mail responses to alice.ward@hanscom.af.mil are also acceptable. Contracts Manager: Capt Alice Ward 781-271-6414. Contracting Officer: Mr. Joseph A. Zimmerman 781-271-6279. No telephone responses will be accepted.
Web Link
N/A (N/A)
Record
Loren Data Corp. 20000915/58SOL007.HTM (D-257 SN496310)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on September 13, 2000 by Loren Data Corp. -- info@ld.com