Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2003 FBO #0478
SOURCES SOUGHT

59 -- Market Survey-High Data Rate-Fully Programmable Receiver/Demodulator w/ Selectable Modulation

Notice Date
3/21/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
IPO-03-HDR-032103
 
Archive Date
8/30/2003
 
Point of Contact
Jay Moore, Contracting Officer, Phone 301-427-2126, ext. 112, Fax 301-427-2164,
 
E-Mail Address
jay.moore@noaa.gov
 
Description
This synopsis advertises the National Oceanic and Atmospheric Administration's potential need for high data rate, fully programmable space data receivers/demodulators and test modulators for its command and data acquisition (CDA) stations in Fairbanks, AK and Wallops, VA. THEREFORE, this advertisement is to conduct market research to identify whether a commercial item can fulfill this mission, and define the approach for acquiring any such FULLY PROGRAMMABLE HIGH DATA RATE systems. These systems are believed to be commercial items as defined in FAR 2.101. THIS IS NOT A NOTICE OF INTENT TO RELEASE ANY SOLICITATION. This solicitation is being conducted in accordance with Public Law 103-355 (41 U.S.C. 264 note), and the information below is expressed as a statement of need for a commercial item, as outlined in FAR 12.202. The intent of this survey and request for information is to describe the required features, as these features correspond to the mission need to accommodate multiple missions without the need for equipment customization, delays due to equipment integration, preliminary in-plant programming, or other modifications. It is anticipated that the commercial market can supply a fully programmable receiver/demodulator that covers multiple data rates including rates in the range of 1 Mbps to 400 Mbps for QPSK, 200 for BPSK, as well as multiple modulation types. The process of this survey request is described in FAR subpart 11.002. The Government intends to use streamlined procedures if a solicitation follows from the results of this survey. The intent of this notice also includes identifying any appropriate commercial practices. NOAA intends, in any subsequent solicitation, to tailor the provision of FAR 52.212-1 and 52.212-4 to include addenda to the terms, which may include the following: indefinite quantity & indefinite delivery ordering; performance and quantity options; financing provisions, if applicable; progress reporting requirements; and Government-required inspection and acceptance procedures-if applicable to commercial practices. Optional quantities above the priced value within the scope of this contract's ordering authority are also anticipated. The National Oceanic and Atmospheric Administration (NOAA), an agency of the U. S. Department of Commerce, is conducting a market survey and commercial item acquisition to procure a high data rate, fully programmable (also referred to as "selectable"), space data ground terminal application. The items being procured are a Receiver/Demodulator and a Transmitter Test Simulator. Other requirements include a training option, licensing, warranty, and an extended warranty option. The specific characteristics follow. All specifications are mandatory unless otherwise noted. Receiver/Demodulator Data Rate: Selectable via software control up to approximately 400Mbps for QPSK, 200 for BPSK. Frequency Options (Selectable via software control): Support an Intermediate Frequency (IF) input of 720 MHz +/-400 kHz or 1,200 MHz +/-1 MHz and/or tunable S-band between 2100 and 2500 MHz in 25-kHz steps maximum. An optional tuning range between 1660 MHz and 3220 MHz is desirable but not mandatory. The input impedance shall be 50 ohms with VSWR of 2:1 maximum. Phase noise must equal or exceed: -70 dBc @ 10 kHz, -100 dBc @ 100 kHz, and -120 dBc @ 1 MHz. Selectable Modulation types: BSPK, QPSK, SQPSK (OQPSK), UQPSK, 8PSK, (SQPN desirable but not required). The digital output shall be differential Emitter Coupled Logic (ECL). Differential Decoding: Selectable NRZ-M/S to NRZ-L. BER performance based on data rate (compared to theory): <150 Mbps: =<1 dB, 150-400 Mbps: =<2 dB, >400Mbps: =<3 dB down to Eb/No of 6.4 dB. Bit synchronizer data rate variation: within 0.1% up to 150 Mbps, 0.01% above 150 Mbps. Provide quality of service statistics (packets delivered, BER, etc.) as output data to control PC workstation upon request. Supported de-coding (selectable via software control): Viterbi with constraint length K=7, rate = 1/3, 1/2, 3/4, or none. Desirable MTBF: 20,000 or more HOURS. Support remote command and control via a TCP/IP interface and API. Warranty of one-year parts and labor is DESIRED. Request separately priced extended warranty covering software and hardware (priced in annual increments (1 or more years, up to 5 years), with a time and materials option to perform on-site (Fairbanks CDA site) service/repair. Transmitter/Test Simulator requirements: Compatible with the receiver/demodulator specified above. Can support end-to-end RF and test data set injection at 720 MHz or 1,200 MHz IF and/or S-Band. RF test: Modulations, data rates and encoding as specified for the receiver above. Data injection test: ability to inject test signals and modulated test signals into serial bit data stream to perform end-to-end system diagnostics and performance verification. It is desirable that the test modulator simulate Doppler for a low earth orbiting satellite. It shall also support a remote command and control via secure TCP/IP interface, and the API must be provided. . The Government intends to use its Contractor, Harris Technical Services Corp., Bellevue, NE, and The Aerospace Corporation, El Segundo, CA, as its support contractors to assist it in evaluating the merits of each feature, if a solicitation results. We anticipate setting up a test and demonstration period lasting approximately 30 days to first bench test all compliant units, and then field test the units at NOAA's satellite command and data acquisition station in Fairbanks, AK. The tests will be rigorously and uniformly applied to each capable unit, and the results will be used as the primary weight of determination of mission technical suitability. The Market Survey responses are due at the location specified below (five paper copies and one electronic copy) by April 14, 2003. A technical compliance matrix and past performance references are highly sought to help the Government make its determination whether to undertake a competition for a bona fide requirement. Respondents are also requested to provide budgetary costs of the unit(s) in quantities of 1, 4, 7, and 10. Respondents are cautioned to designate those sections that are business proprietary and subject to exclusion from release under a FOIA exemption. IMPORTANT!! Those interested in this requirement should contact Mr. Jay W. Moore, NPOESS/Integrated Program Office, 8455 Colesville Road, Suite 1450, Silver Spring, MD 20910; Tel. 301-427-2079, ext. 112, and provide full contact information. IF a requirement is determined to exist, an additional pre-RFP synopsis is planned. IMPORTANT: THE POINT OF CONTACT IS JAY MOORE, 8455 COLESVILLE ROAD, SUITE 1450, SILVER SPRING, MD 20910, 301-713-4751. Requests for any further information must be made to jay.moore@noaa.gov.SEE NOTE #25.
 
Place of Performance
Address: Potential Supplier's Facility
Zip Code: 20910
Country: USA
 
Record
SN00284897-W 20030323/030321213313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.