Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

59 -- SOFTWARE-BASED AUDIO AMPLIFIER

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Protective and Support Services, 1155 Defense Pentagon, Room 5E330, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
Reference-Number-PFPA04033SP100
 
Response Due
5/14/2004
 
Archive Date
5/29/2004
 
Point of Contact
Larna Palmer, Contract Specialist, Phone 703-614-9324, Fax 703-692-0811, - Larna Palmer, Contract Specialist, Phone 703-614-9324, Fax 703-692-0811,
 
E-Mail Address
lpalmer@ref.whs.mil, lpalmer@ref.whs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This proposed action is for supplies for which the Government intends to solicit and negotiate with one source, Intelligent Devices, Inc., under authority of FAR 6.302-1. Persons may identify their interest and capability (statement) to respond to the requirement (see xiv). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. See numbered Note 22 for further specifics. (ii) This solicitation is for the integration of a modern, software-based, audio amplifier, for two prototypes and a first article. Delivery schedule/period of performance is to be proposed by contractor. (iii) This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2001-23, effective May 05, 2004. (iv) The applicable North American Industry Classification System code is 334310 and the corresponding size/number of employees is 750. (v)& (vi) CLIN 0001-Prototype; CLIN 0002-Prototype; CLIN 0003-First Article. The Performance Work Statement (PWS) with specifications for the items follows: 1.0 Introduction This PWS is for the integration of a modern, software-based, audio amplifier system. This system will be designed to give the Intelligence Community and the Department of Defense the most effective capability in extracting audio from any fortuitous conductor by combining hardware amplification with the power of digital signal processing. This product will be a hybrid of an audio amplifier and speech extraction software. This product will be capable of covertly intercepting audio while performing additional functions such as off-hook loading, positive and negative DC injection, and differential monitoring, and then digitally processing any speech using specialized software. 2.0 Background The Technical Surveillance Countermeasures (TSCM) Program has utilized several audio amplifiers over the last decade for checking conductors for unauthorized audio transmission. Traditional line amplifiers do very well at amplification if the signal is relatively clean. Unfortunately, any noise that has corrupted on the line is also amplified. To remove unwanted noise, there are new frequency domain, software-based, audio filter/speech extraction technologies that surpass hardware-based products. The opportunity now exists to marry the two technologies into a specialized package designed for our unique requirements. 3.0 Scope The Contractor shall integrate a product that will consist of a portable, battery powered, integrated unit consisting of a hand-held computer with telephone interface hardware, all necessary input/output connections, and a full color graphic touch-screen with simple user interface for control of all onboard functions. Both analog (such as test tone generation and adjustment of DC injection) and digital (such as forensic audio) functions will be controlled using the onboard color graphic touch-screen. All other signal processing functions, including the comb/notch and band-pass filter, are handled digitally within the specialized software. 4.0 Requirements 4.1 The Contractor shall ensure the system is electrically isolated to prevent shock. 4.2 The Contractor shall ensure the system?s input can be connected to single end or differential feeds. 4.3 The Contractor shall provide adjustable positive or negative DC voltage injection. 4.4 The Contractor shall ensure the system is switch able AC or DC 600 ohm off hook loading. 4.5 The Contractor shall ensure the system?s gain is adjustable from 0 to 70 dB via a combination of analog and digital gain. 4.6 The Contractor shall provide a headphone jack with adjustable output level and limiter function to prevent sudden output level changes. 4.7 The Contractor shall ensure the system has digital on-screen tone generation. 4.8 The Contractor shall ensure the system has a simple touch screen user interface to control all operations of the system. 4.9 The Contractor shall ensure the system has a large, clear on-screen indicators that will display the status of all functions. 4.10 The Contractor shall provide onboard high quality digital audio recording capacity of up to 60 minutes. 4.11 The Contractor shall ensure the system will operate for approximately 3 hours per battery charge. 4.12 The Contractor shall ensure the system will weigh under three pounds total. 4.13 The Contractor shall use separate rechargeable batteries for the computer and the I/O signal interface box. 4.14 The Contractor shall provide ambidextrous operation of the system. 4.15 The Contractor shall ensure that the development time does not exceed six (6) months. 4.16 The Contractor shall ensure the system has the following system performance specifications (only fully applicable for the First Article system): Hardware-Amplifier-Total Gain: Adjustable, 0 dB to 70 dB. Bandwidth: 20 Hz to 20 kHz (3 dB). Input Impedance: Selectable, 600 Ω and 1 MΩ. Input Configuration: Single ended (A or B) and Differential (A-B). Common Mode Rejection: 80 dB @ 50/60 Hz and minimum 50 dB @ 2800 Hz. Input Protection: 400 VDC, 240VAC protection. Input Connectors: Two 1/8 inch mono phone plugs marked A & B. Headphone Output: 2-channel 1/8-inch phone plug (signal in both ears). Headphone Overload Protection: High speed limiting to protect hearing. Output Impedance: 100 Ohms, AC coupled. Line Driver- DC Output Voltage: Adjustable 0 VDC to 18 VDC. Output Current: 2 mA to 5 mA. Line Polarity Reversing Switch: Included. Software 1) SES (Speech Extraction System) 4 based real-time technology modified for direct fingertip touch control operation. 2) Full floating point operation for very high frequency and dynamic resolution. Record frequency domain events for utilization of an in-place monitoring system for the frequency range of the system. 3) Full Auto operation allows for a simple one-button solution to the repetitive task of cleaning live audio. 4) Continuously adjustable band-pass, comb/notch filtering, harmonic notch filtering, automated tone detection and removal, and complex noise removal functions. 5.0 Security Requirements Eventual production items (not a part of this PWS) including the dedicated touch-screen forensic audio software and the task-specific I/O hardware shell, will be available to US Government agencies, US law enforcement, and approved government and law enforcement agencies with the expressed written consent of the US Government. 6.0 Deliverables The Contractor shall provide three (3) models ? two (2) prototypes and one (1) first article, in a phased approach to allow for Government testing and feedback. The phases are as follows: Phase I (prototype # 1) ? Implementation of standard SES4 software onto the small portable handheld computer. Phase II (prototype # 2) ? Implementation of application specific SES4 software with a rudimentary hardware interface. Phase III (first article) ? Finished integrated amp and system. The Contractor shall provide three (3) user manuals and data reports associated with the system specifications cited in this PWS. 7.0 Government Testing The Government (National Security Agency) technicians and the PFPA TSCM technicians will conduct all testing at the Interagency Training Center (ITC), 10530 Riverview Road, Ft Washington, MD 20744. The test will consist of connecting the system to both telephone and power lines then detecting the audio that will be toned masked on those lines. The testers will utilize the software to cancel out all injected tones and machine noise then record the audio. The system will pass test if coherent audio can be recovered. The testers will test the in-place monitoring capability of the system by producing a carrier current test signal to make sure the system registers the event. The system will pass test if records event of the produced frequency. The testers will utilize DC voltage injection to bias a microphone that requires between 4 and 18 volts DC that is polarity dependant to be activated. The system passes if microphone is activated and passes audio. The Government will verify the PWS specifications to ensure the system meets requirements. The system will pass first article testing and approval if all the testing requirements are met and passed. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Government Testing Facility (see PWS). (viii) The following provisions apply to this acquisition : Federal Acquisition Regulation (FAR) 52.212-1 entitled Instructions to Offerors- Commercial. The following provision is being added as an Addendum: FAR 52.214-31 Facsimile Bids/Quotes. (ix) Also offers are to include a provision of FAR 52.212-3 entitled Offeror Representations and Certifications- Commercial Items. Also, if your company is a vendor not registered to do business with the Government, check web address:http://www.dlis.dla.mil/ccr and provide company?s CAGE Code with offer. (x) The following provision does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions-Commercial Items. (xii) The following clause is applicable to this acquisition: FAR 52.212-5 entitled Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. The following FAR Clauses within the aforementioned clause are being selected as applicable: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232.33. In addition, the following clauses apply to this acquisition: DFARS 252.204-7004, Required Central Contractor (CCR) Registration and DFARS 252.212-7001 are applicable to this requirement. Vendors may obtain CCR information by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xiii) This provision applies to this acquisition: FAR 52.209-4, First Article Approval, Government Testing. (xiv) Submission and delivery of capability statements are to be forwarded by May 14, 2004 by 11:00 A.M. local time, using either method: via facsimile 703-692-0811 or via e-mail to mwalton@ref.whs.mil. The points of contact for this acquisition are: Contract Specialist Mr. Michael Walton (703) 695-3459, Contracting Officer Ms. Larna Palmer (703) 614-9324. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON 703- 692-0811. No telephonic inquiries are accepted.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
Country: USA
 
Record
SN00584182-W 20040513/040511212742 (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  © 1994-2020, Loren Data Corp.