Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOURCES SOUGHT

59 -- VHF-HI TV, MF AM, and VHF FM TRANSMITTERS

Notice Date
10/21/2004
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-R-TBD
 
Response Due
11/12/2004
 
Point of Contact
William Case, Contract Specialist/Team Lead, Phone (301) 995-8641, Fax (301) 995-8670, - Patricia Rivenbark, Contract Specialist, Phone (301) 995-8554, Fax 301 995-8193,
 
E-Mail Address
casewa@navair.navy.mil, rivenbarkph@navair.navy.mil
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Special communications Requirements (SCR) Division St. Inigoes MD is seeking to identify all responsible sources capable of providing Very High Frequency (VHF), HI Television (TV) Transmitters in support of the U.S. Army Psychological Operations Command (PSYOP) of the U.S. Special Operations Command (USSOCOM). The transmitters will be utilized to design, integrate, and demonstrate a broadcast equipment payload for Unmanned Aerial Vehicle (UAV) operations. The VHF HI TV broadcast equipment payload will be capable of broadcasting commercially equivalent broadcast quality audio products in support of PSYOP. These transmitters will be used to conduct PSYOP within a theater of operations. It is desired the equipment be compliant with the following U.S. and international standards: the Federal Communications Commission (FCC), National Association of Broadcasters (NAB), Electronics Industries Association (EIA), International Standards Organization (ISO), International Telecommunications Union (ITU), and European Broadcasting Union (EBU). The primary requirement is to meet the specifications as follows: VHF-HI TV TRANSMITTER REQUIREMENTS – PARAMETER / SPECIFICATION: TV Channel Output: 7-13 / Frequency Range: 174 MHz to 216 MHz / Channel Bandwidth: Not to Exceed 6 MHz (NTSC) / Frequency Tolerance: Visual plus/minus 1 kHz from assigned carrier frequency, Aural: plus/minus 1 kHz from assigned carrier frequency / Number of Outputs: 1(required), 2 (preferred) / Power Output (single output): 200 Watts (required), 1000 Watts (preferred) / Power Output (dual output): 100 Watts (required) for each output, 500 Watts (preferred) for each output / Reduced Power Output: 10 Watts (required) / RF Output Impedance: 50 Ohms, nominal / Load Mismatch Handling Capability: Capable of providing full output power into load with VSWR up to 1.7:1 over full frequency range (required), Capable of providing full output power into load with VSWR up to 1.5:1 over full frequency range (preferred) / Reflected Power Protection: Full protection with auto-fold-back at high VSWR (required) / RF Output Connector: Required, Type N, 50 Ohm (preferred) / RF Monitor Output Port: Required, minus 20 dB (preferred) / RF Monitor Output Connector: Required, BNC, 50 Ohm unbalance (preferred). INPUT SIGNAL / SPECIFICATION: Signal Input Type: NTSC (required), NTSC and PAL (preferred) / Signal Input Connector: Video: BNC (required), Audio: XLR (required) / Video Input Level: 1 Vp-p (required) into 75 omega unbalanced {NTSC Black Level equals plus 7.5 IRE units; PAL Black Level equals 0 IRE units} / Audio Input Level: plus 4 dBm into 600 omega balanced (required), minus12 dBm to plus 6 dBm (preferred) into 600 omega balanced. INPUT POWER / SPECIFICATION: Voltage: plus 28.0 VDC plus/minus 5% (required), plus 28.0 VDC plus/minus 15% (preferred) / Total Power Consumption: 1500 Watts, maximum at full RF output (required), 1300 Watts, maximum at full RF output (preferred) / Peak Inrush Current: Not to exceed 85A (required), Not to exceed 75A (preferred) / Input Power Connector: Terminal lug, locking connector, or other high current and vibration resistant connector type (required). REMOTE CONTROL & MONITORING / SPECIFICATION: M&C Signal Type: Required, RS-232 (preferred) / M&C Connector: Required, DB-9 (preferred) / Control Functions: Carrier On/Off (required), Frequency (required), Full Power/Reduced Power (preferred) / Monitor Functions: Output power (preferred), VSWR (preferred), current (preferred), temperature (preferred), fault alarm output (preferred). . MECHANICAL / SPECIFICATIONS: Number of Chassis: 2, maximum (required), 1, maximum (preferred) / Weight per Chassis: less than/equal to 80 pounds (required), less than/equal to 60 pounds (preferred) / Dimensions per Chassis: less than/equal to 17.75 inches width (required), less than/equal to 14.0 inches width (preferred), less than/equal to 10 inches height (required), less than/equal to 8 inches (preferred), less than/equal to 18 inches depth (required), less than/equal to 16 inches depth (preferred). ENVIRONMENTAL / SPECIFICATIONS: Operational Temperature: 0 degrees C to 50 degrees C (required), minus15 degrees C to plus 65 degrees C (preferred)/Operational Altitude: 10,000 feet (required), less than 20,000 feet (preferred)/Storage Temperature: minus15 degrees C to plus 65 degrees C (required), minus 40 degrees C to plus 90 degrees C (preferred)/Storage Altitude: 20,000 feet (required), 40,000 feet (preferred). THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for proposal (RFP) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. Interested parties are requested to submit a capabilities statement of no more than (3) pages in length that demonstrates the respondent’s ability to meet the requirements as specified herein. In addition, respondents shall provide a maximum estimated dollar value per unit for the required transmitter. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Responses shall be submitted electronically (Microsoft Word for Office 2000 compatible format or PDF) or other written document. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fedbizopps.gov. It is the responsibility of all interested parties to monitor this site for the release of any follow-on information to this sources sought notice. All responses shall be submitted by 3:30 P.M. Eastern Standard Time, 12 November 2004. Responses shall be forwarded to: NAWACAD, Attn: Patricia Rivenbark, Contract Specialist – Code 2.5.1.2.2.6, Building 8009, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, telephone number (301) 995-8554; e-mail: patricia.rivenbark@navy.mil. If an interested source is not able to contact the Contracting Office via e-mail, information/correspondence/requests may be submitted to the point of contact cited above via facsimile: (301) 995-8193. For information regarding this notice, please contact the above. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-FEB-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-05-R-TBD/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center-Aircraft Division (NAWCAD), St. Inigoes MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00751999-F 20050217/050215213622 (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.