Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

66 -- PHASE-COHERENT SIGNAL SIMULATION SYSTEM

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-JR05
 
Response Due
4/20/2004
 
Archive Date
4/2/2005
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-04-R-JR05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-21 and DFARS Change Notice 20040323. The associated NAICS code is 334516 and the small business size standard is 500 employees. NRL requires a Phase-Coherent Signal Simulation System. NRL is building a multi-channel phase coherent receiver for use in an aircraft. Before deployment of the system, it must be tested, calibrated, and validated. A system capable of producing and verifying multiple phase-coherent signals is required. The test system shall be able to simulate a variety of digital communication signals and introduce differential phase and amplitude changes between the signals to verify the performance of the receivers and signal processing algorithms. The differential phase and amplitude must be controlled such that it appears to the receiver suite to be originating from a specific point on the ground. The user shall be able to create and analyze advanced digital communication signals with complex digital modulation. The signals shall be fully synthesized, coherent, and track in phase and amplitude between signal generators. The system shall have independent phase and amplitude control of each signal source. The key system requirements include: a. Five independent phase coherent signal sources, each with internal dual baseband generators with 64 Msample of memory and a 6 Gbyte hard disk drive for non-volatile waveform storage: b. 250 MHz to 2500 MHz frequency coverage with 1 Hz resolution; c. Source-to-source phase tracking with less than 0.1dB amplitude error and 10 degrees of phase error between sources at any frequency; d. Generation of analog communication modulation types including single tone analog AM/FM/PM/SSB and digital communication types including FSK, BPSK, QPSK, 16QAM and standards based signal types; e. Import pre-detection IQ pair user files in CSV or MatLab formats; f. Integrated IQ modulation calibration across 25MHz modulation bandwidth with less than 0.05 dB amplitude flatness error and less than 0.25 degree phase error; g. Network analyzer-based phase calibration at the DUT reference plane including time domain analysis with gating and electronic calibration; h. Analysis capability including time, frequency, and modulation domain analysis as well as calibrated power measurements; i. Spectrum analysis of all digital IF allowing both swept and FFT measurements along with a displayed average noise level below negative 160 dBm; j. Time domain analysis up to a rate of 4 Gsamples per second with 16 Msamples of single shot memory; k. User interface with map for creating signals to simulate ground emitters at any location with respect to the NRL aircraft platform in flight. Offerors shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 31 August 2004. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.227-7015. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Place of Performance
Address: Contractors Facility
 
Record
SN00559314-W 20040404/040402212548 (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.