SOLICITATION NOTICE
59 -- Telemetry Receiver
- Notice Date
- 11/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1T0DE6313A100
- Response Due
- 12/20/2006
- Archive Date
- 1/21/2007
- Description
- The 96th Contracting Squadron and the 46th Range Group at the Eglin Test and Training Center (ETTC) intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fix Price contract to potential vendors for a requirement for both single channel telemetry receivers and dual channel telemetry receiver systems to support the Advanced Range Telemetry Improvement and Modernization (ARTM I&M) program. This will be a contract containing a base year plus 4 option years (total 5 years). The government intends to procure up to six or more receivers the first year and will require a minimum purchase of one receiver per year. The announcement number is F1T0DE6313A100. The North American Industry Classification System (NAICS) code for this acquisition is 334515, with a small business size standard of 500. Please identify your business size in your response based upon this standard. The telemetry receivers will be integrated into the ETTC telemetry acquisition systems and airborne instrumentation ground stations. The receivers shall be configured with the following three frequency bands: 1435-1540 MHz, 1700-1850 MHz, and 2200-2400 MHz. The receivers shall have a standard FM, PM, BPSK, QPSK, OQPSK demodulator. The receiver shall include an internal ARTM Tier I & II demodulator with provisions for controlling an RF Networks Diversity Branch Selector. The receivers shall include an internal PCM/FM trellis demodulator that provides up to 3.0 dB improvement in detection efficiency when compared to traditional analog PCM/FM demodulators. The receivers shall support data rates from 30 kbps to 20 Mbps. The receivers shall have an internal bit synchronizer also capable of supporting data rates from 30 kbps to 20 Mbps. The receiver IF outputs shall be compatible with ARTM Tier 0, ARTM Tier I and ARTM Tier II external demodulators; the performance of external demodulators shall not suffer from any receiver induced signal distortions such as excessive phase noise or discrete spurs. The receivers shall meet the latest IRIG 106 phase noise standards for ARTM Tier I and Tier II modulation formats. The receivers shall meet the latest IRIG 106 standards for Adjacent Channel Interference (ACI) performance. The dual channel receiver systems shall have a diversity pre-detection combiner with combined linear IF, combined AGC, and combined AM outputs. The receivers shall have a second IF frequency of 70 MHz. The receivers shall have Ethernet remote control interface and remote control GUI software application that runs on Windows XP. The single and dual channel receiver systems shall have a record tape down converter as optional or standard feature. The dual channel receiver systems shall have independent control of each receiver?s operating frequency and independent demodulators for each channel and combined as optional or standard features. An operational demonstration of the ability to auto-track an antenna, be remote controlled via Ethernet, and pass a bit error rate test will be required. The Test Wing is seeking services that include operations and maintenance training, receiver configuration upgrades, and repair and maintenance services. Delivery is FOB Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10, Fac 2005-12, Effective 04 Aug 2006 & Class Deviation 2005-0001; FAR 52.212-1, Instructions to Offerors-Commercial Items-(Oct 2000), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items-(Jan 1999), evaluation will be based on the following factors: Price and Technical (Capability of items offered to meet the government?s needs); 52.212-3, Offeror Representations and Certifications-Commercial Items-(Jul 2002), Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following website: http://farsite.af.mil, or contact Mike DeNamur at the below email address); 52.212-4, Contract Terms and Conditions-Commercial Items-(Feb 2002), and any addenda to the provision as listed in this notice; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 2002); 52.232-33, Mandatory Information for Electronic Funds Transfer Payments-(May 1999); 52.247-34, F.O.B. Destination-(Nov 1991); 52.252-2, Clauses Incorporated by Reference-(Feb 1998) (see http://farsite.af.mil); DFARS 252.225-7001, Buy American Act and Balance of Payments Program-(Mar 1998); 252.204-7004, Required Central Contractor Registration (CCR)-(Nov 2001); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items-(Jul 2002). To view the provisions and clauses in full text, visit the website: http://farsite.af.mil. Vendors MUST be registered in Central Contractor Registration (www.ccr.gov) before an award can be made. All offerors may submit a proposal, or quotation which shall be considered by the government. The quote format is at the discretion of the offeror. All responses must be received No Later Than (NLT) 4:00 P.M., Central Standard Time on 20 December 2006. Send all quotations to Mike DeNamur (Primary at phone 850-882-0339) or 2Lt Brian Robertson (Alternate at 850-882-0340), 205 West D Avenue, Suite 542, Eglin AFB FL, 32542-6864, or by facsimile to 850-882-1680, or by email at michael.denamur@eglin.af.mil or brian.robertson@eglin.af.mil. Questions about technical information or other critieria must be forwarded to Mike DeNamur and will be coordinated with the appropriate technical advisor for answers. All answers will be posted by amendment to this synopsis. The information provided herein for inclusion in this proposed synopsis has been reviewed and is technically accurate, unclassified, and suitable for public release.
- Place of Performance
- Address: 46 RANSS/TSRML (LMCA) - F1T0DE, SANDRA KILCREASE, 505 N. FLORIDA AVE. BLDG 33, MHU RM TSR, EGLIN AFB, FLORIDA
- Zip Code: 32542
- Country: UNITED STATES
- Zip Code: 32542
- Record
- SN01187917-W 20061201/061129220454 (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 |