SOLICITATION NOTICE
58 -- Video Recording and Reproducing Equipment
- Notice Date
- 9/1/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017806Q3054
- Response Due
- 9/6/2006
- Archive Date
- 12/30/2006
- Description
- This synopsis is posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Description. The Government intends to purchase, on a sole source basis in accord with FAR 6.302-1, a digital signal processing subsystem (DSPS) comprised of five digital signal processing modules, a ruggedized portable PC, development software, and associated cables from Sundance Digital Signal Processing Inc., at 4790 Caughlin Pkwy #233, Reno NV 89509-0907. The required DSPS is comprised of the following items and quantities: (1) qty 1 of P/N SMT310Q: PCI Carrier Board with 4 TIM Module sites. This board gets connected to the PC / PCI adapter and can accept up to 4 TIM Modules. (2) qty 1 of P/N SMT350: TIM Module that has dual Channel ADC (125MHz Analog-to-Digital Converter) along with a dual channel DAC (500MHz Digital-to-Analog Converter). (3) qty 1 of P/N SMT368: Field-Programmable Gate Array (FPGA) Module that attaches to the SMT350 TIM Module. It has a Xilinx FPGA model XCV4SX35. This unit serves as the post processor for the ADC and the Pre-processor for the DAC. (4) qty 1 of P/N: SMT395-VP30-6: This is a digital system processor (DSP) TIM Module, it has one Texas Instrument (TI) DSP (C6416T 1GHz speed) and one Xilinx FPGA model XC2VP30-6. (5) qty 1 of P/N: SMT351-G: 1GByte memory module with a Xilinx FPGA as an I/O controller. FPGA model is Virtex-11 Pro XC2VP7. (6) qty 1 of P/N SMTPCI3: Ruggedized Portable PC with FireWire, Ethernet, USB 2.0 and at least 1 unused PCI Slot (after SMT310Q has been installed). PC shall be delivered with carrier board and all TIM Modules already installed and configured. (7) qty 2 of SMT511-320: SHB to SHB cables, length 320mm. (8) qty 2 of SMT516: SHB to SHB intermodule PCB. (9) qty 1 of SMT550-9-MMCX: 9 MMCX to SMA rear panel. (10) qty 1 of SMT500-FMS20: Internal ComPort cable 200mm long. (11) qty 1 of TMDSCCSALL-1: TI?s Code Composer Studio for programming TI DSP. The SMT6012 Driver is included and not separately priced (NSP). (12) qty 1 of SMT6045: Software Development Drivers for Sundance Products. (13) qty 1 of SMT6300, 6400, 6500, 6600, 60 01: miscellaneous and NSP software. (14) qty 1 of SMT6050: license to use Sundance-DSP Blockset for Simulink (registered software). (15) qty 1 of SMT6040: license for Sundance-Xilinx Blockset for Simulink (registered software). (16) qty 1 of SMT6040 Maintenance: one year subscription to SMT6040 software updates/ maintenance. (17) qty 1 of DIAMOND DSP: license for Software to integrate DSP and FPGA for one processor. (18) qty 1 of Diamond DSP Maint.: one year subscription to Diamond DSP software updates/ maintenance. An equal DSPS shall have the same form, fit, and function as that defined by the system listed above and would in particular have all of the following benefits: The DSPS shall have a dual analog converter (ADC) capable of 125MHz sample rate with14-bit of conversion resolution that allows two modes of signal processing without having to update the DSPS software between mode functionality. The DSPS shall have a dual digital-to-analog converter that generates a signal at a rate of 500MHz with 16-bit of conversion resolution. The DSPS shall have at least one DSP to perform the DSPS signal control task and at least three FPGA to perform pre- and/or post-processing of data for the ADC, DAC, and DSP. The DSP shall be capable of speeds of 900Mhz or greater. In order to support multi-shot transmission recording, the DSPS shall have 500 Mbytes or more of onboard memory. To meet the ?compact? requirement, the DSPS shall have a PCI-format card or a stand-alone card with an area no larger than 100 sq inches. This purchase includes user support and software updates for the period of one year after delivery of the software. Product and product media shall be delivered FOB Destination to NSWCDD within 8 weeks of the execution of an order/contract. The Government will consider statements, from all responsible small business sources, which clearly evidence capability to provide the required items with the characteristics within the required delivery schedule. Capability statements must be submitted via email to DLGR_NSWC_XDS13@navy.mil, must be received NLT 5 days after publication date of this notice, and must reference Quotation Number N00178-06-Q-3054. All responsible sources may submit a quote, however, quotations that are not accompanied by a capability statement that evidences the ability to deliver the items specified herein will not be considered for award. Award is to be made under Simplified Acquisition (FAR Part 13) and Commercial Items (FAR Part 12) Procedures. The Government will not issue a written solicitation as all items are specified in this notice. Closing time and date is 5 days after publication of this notice.
- Record
- SN01132955-W 20060903/060901221520 (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 |