Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

58 -- Telemetry Receivers

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S0AE5055B001
 
Response Due
5/23/2005
 
Archive Date
6/7/2005
 
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT WITH L-3 Communications Telemetry East. The Air Force Flight Test Center, Directorate of Contracting, Edwards Air Force Base, California, intends to award a sole source commercial contract to L3 Communications Telemetry East. The Air Force Flight Test Center has a requirement for single channel telemetry receivers and dual channel telemetry receiver systems to support the Advanced Range Telemetry Integration and Support (ARTM I&S) program. The telemetry receivers will be integrated into the AFFTC telemetry acquisition systems and airborne instrumentation ground stations. The receivers shall have the ability to be configured to support any of the following three frequency bands at a given time: 215-320 MHz, 1435-1535 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 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 RS-232, IEEE-488 and Ethernet remote control interfaces. The single and dual channel receiver systems shall have a spectrum display unit and record tape down converter as optional or standard features. 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. Services shall include operations and maintenance training, receiver configuration upgrades, and repair and maintenance services. The single-channel telemetry receivers must be compatible in form, fit and function with L3 Communications Microdyne DR-2000 single channel receivers and the dual-channel receiver systems must be compatible in form, fit and function with the L3 Communications Microdyne RCB-2000 dual-channel receiver systems. The North American Industry Classification System Code (NAICS) is 334220 and the Small Business size standard is 750 employees. All interested parties who believe they can meet the requirement are invited to submit in writing complete information describing their ability to provide the supplies and services requested above. Firms responding must identify their company's capabilities to perform the requirements described herein, business size and category (i.e. SB, SDB, WO, etc.). Responses shall be limited to 15 pages and should include, as a minimum, (1) evidence of past experience; (2) related projects and/or existing systems, etc; and (3) business size as described above. Industry demonstrations may be held with interested sources that submit responses. Responses to this notice must be provided to Ashley Hohler at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 1 June 2005. Information can be faxed to 661-275-9612 or emailed to ashley.hohler@edwards.af.mil. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. The Government does not intend to pay for any information provided under this notice.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: United States
 
Record
SN00809449-W 20050519/050517212115 (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.