Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

58 -- High-Rate Data Link

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893604R0058
 
Response Due
7/9/2004
 
Archive Date
7/23/2004
 
Point of Contact
Debbie Winfield (760) 939-9661 Debbie Winfield, Contract Specialist, (760) 939-9661; Diane E. Foucher, Contracting Officer (760) 939-8160
 
Description
The Naval Air Warfare Center Weapons Division China Lake, CA intends to procure on a full and open competition basis a cost plus fixed fee contract for a spread spectrum, point-to-point, high-rate data link. This procurement will be a 100% small business set-aside. The objective of this procurement is to develop the software/firmware necessary to provide a bi-directional, full-duplex, point-to-point, high data rate, spread spectrum data link capability; integrate the software/firmware into a hardware demonstration board that will be provided by the Government; and to successfully demonstrate a data link meeting the specifications listed. The hardware demonstration board will operate using an Intermediate Frequency (IF). The firmware developed shall be transportable and loadable into the Government Furnished Equipment (GFE) hardware demonstration board using Joint Test Action G roup (JTAG) interfaces. Demonstration of the data link will be required. Contractors are encouraged to purpose solutions that will shorten development time, for example, modification of existing telephony or data link software. The link operation will be a point-to-point full duplex link with channel separation achieved via Frequency Division Duplex (FDD). The link is meant to operate in a point-to-point configuration with one or both points moving. The data link is not meant for long duration data exchange; instead, maximum throughput is required for a minimum of link up time. Operational data rates shall be variable in discrete steps within the range of 125 Kbps to 2 Mbps. Maximum user data rate (data rate after FEC (forward error correction) overhead is removed) shall be no less than 1 Mbps. The allowable hardware targets, consist of a chipset (AHA4540), FPGA (Strati x EP1S80F1020C5), and DSP (TigerSharc 201). The software/firmware will be written in AHDL (Altera Hardware Design Language) if the FPGA is used, and in C code if the DSP hardware is used. If it is required to optimize performance of sections of the DSP code, it is permissible to write the code in Assembly language. Desired modulation is coherent Direct Sequence Spread Spectrum (DSSS) supporting Quadrature Phase Shift Keying (QPSK) or Offset Quadrature Phase Shift Keying (OQPSK), or other forms of Phase Shift Keying (PSK). It is desired to produce a nearly constant channel bandwidth at any of the data rates, thus various spread factors may be employed based on data rate to maintain channel bandwidth. Offerors should specify the type of spread spectrum techniques that will be incorporated in their proposals. Chip rates should be chosen to produce, after spreading, approxima tely 40 MHz null-to-null bandwidth (NNBW). The data link software/firmware should be programmable to accommodate various spreading codes (the system should not be hard coded to only one instance of a particular spreading code). The desired BER in all instances should be no worse than 1.E-5 (with 1.E-6 as a goal). Anticipated Eb/No (average bit energy to single-sided noise power density) values range from 6 to 10 dB based on range and data rate. The link function will include provision for Forward Error Correction (FEC) and physical automatic resend/request (ARQ). Uncoded BPSK, QPSK, 8PSK waveforms will not meet this goal in all cases so it is anticipated that FEC will be required with as low coding overhead as possible to maximize user data throughput. TURBO and TURBO Product Codes (TPC) offer good performance with high coding rates (low overhead). The nominal rates, as well as a choice on block sizes, should be easily selectable in software with nominal rates greater than 0.75. The data link must use ARQ methods for resending data that is corrupted or lost by the data link. The data waveform structure shall be capable of maintaining the link even if no data is available to send over-the-air until a terminate link control signal is received. The software/firmware will also provide a Received Signal Strength Indicator (RSSI) function. A locked/unlocked signal indicator will also be required to indicate when the link is correctly synchronized. The data link waveform design must include the necessary pilot sequences or other means for initial acquisition, synchronization, and latency control. Appropriate buffering for physical (separation distance) latency of packets/frames and software induced latency of packets/frames is required. Input/ output shall be a TCP/IP interface. The link function will include variable data rate communication based on measured link parameters. The receiver software/firmware will perform all other necessary filtering, decimation, and corrections necessary to the data for proper demodulation. The software/firmware will include control functions for external automatic gain control (AGC). Maximum coding and configuration flexibility is desired. The data link must handle frequency dynamics and offsets (Doppler and frequency mismatch) in the carrier recovery process. The data link should handle +/- 30 KHz of variation referenced to the IF. The dynamics of this motion are 1) offset frequency due to Doppler effects: +/- 30 KHz, and 2) potential accelerations: +/- 1000 Hz/sec. The Government will require the ability to use the software for its own development purposes and for product ion units. The production units may require the software developed to be given to a non-Government contractor for Government uses. Production quantities are anticipated to be approximately 100 units. Delivery is FOB Destination to the Naval Air Warfare Center Weapons Division China Lake, CA 22 weeks after contract award. Award will be made using the Level of Confidence Assessment Rating (LOCAR). The solicitation will be issued on or about 12 July 2004 and will be available through the 2.0 Contracts Competency home pages at: https://contracts.nawcwd.navy.mil/rfp-nawc.htm. The anticipated award date is 30 September 2004. All responsible sources may submit a proposal which shall be considered by the agency. Responses should be submitted to Deborah Winfield, by mail to NAWCWPNS, Code 210000D, 429 E. Bowen Rd ? Stop 4015, China Lake, CA 93555-6108 or fax to (760) 939-9651, o r email to Deborah.Winfield@navy.mil.
 
Record
SN00609730-W 20040626/040624212507 (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.