Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

63 -- Droppler Radar Antenna with direct with build-in microphone trigger, and Doppler Radar System.

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0723
 
Response Due
8/8/2005
 
Archive Date
10/7/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is issued as a Request for Proposal (RFP). Th e combined synopsis/solicitation number is W91ZLK-05-T-0723. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification Sys tem (NAICS) Code is 334511 and the Business Size Standard is 750. The Contractor shall provide the following : Clin 0001 Qty 1 Contractor shall provide an Antenna, Direct Fire capable.The Doppler radar antenna shall transmits a microwave CW signal, receive s the echoed signal from the projectile, and subtracts the transmitted signal from the received signal generating the Doppler signal. The Doppler signal is amplified and digitized in the build-in processor. The digitized Doppler signal are stored in a digi tal memory. The velocity is calculated using Fast Fourier Transformation (FFT) and digital signal processing. The use of a FFT-based calculation enables the system to measure on all types of ammunition and calibers including: Conventional, Mortar bombs, Tr acer, Base bleed, Anti tank, APFSDS, Rockets. The system is designed for long range measuremants of projectiles fired in a flat trajectory with velocities from 30 to 3000 m/s, with an over-all system accuracy typical better than +/- 0.05%. The system can store over 500 muzzle velocity results in a non-volatile memory. The radar systems shall incorporates the unique self calibrating technology. The system shall not need any kind of calibration during its entire life cycle. The system calibrates itself with the speed of light as reference. The system consists of the a Doppler radar antenna, with build-in microphone trigger, processor and power supply, a Muzzle Flash detector FOT-2, peripherals (Power supply, laser printer and instrumentation controller) and i nterconnection cables. The host controller must be an IBM-AT compatible computer with WinDopp control and processing software installed. Tracking range1For a 120 mm APFSDS projectile greater than 4 km Output Power greater than 60 Watts Antenna gain 34 plus or minus 0.5 Db Maximum beam El: 2.5? Az: 5? Receiver number 1 with AGC Suppression SSB supresion Noise figure less than 3 dB Dimensions H=72 W=82 D=10 cm Weight 55 kg Transmitter type Continuous Wave Frequency X-band, 10.532 Ghz other frequency Polarizat ion Horizontal Phase noise -124 dBc/Hz @ 10 kHz offset Selfcalibration Built-in Velocity calibration generator Motion compensation Built-in accelerometer for gun blast and platform jump compensation Power Supply From external Power Supply (max 1000 Watts) Humidity 0 to 100%, non condensing Temperature range -20?C to +50?C (operating), -40?C to +65?C (storage) Digital Section Data AcquisitionConverter 12 Bits Analog to digital converter Anti aliasing filter Software controllable Sampling rate 0.6 - 3000 :sec /sample, in 0.2 :sec steps Timing accuracy 1 sample or 10 ppm Trigger source Doppler signal, external or combination Signal memory 16 Mbyte Central processor Intel 80386EX Program memory 2 MByte FLASH memory upgraded from instrumentation controllerSignal p rocessor Analog Devices ADSP-21065 Floating Point DSP System interface TCP-IP Ethernet 10/100T Serial interace 1 RS-232c/RS-422, baudrate from 1,200 to 500,000, Operating system Weibel Operating System (WOS) Weibel Scientific A/S Solvang 30 - DK-3450 IC-7 00 Instrumentation Controller Processor Minimum 1400 MHz Pentium 4 Memory Minimum 256 MByte RAM Massstorage Minimum 20 GByte harddrive internal Monitor 15 inch TFT Color Monitor Operating system Windows XP Control Software WinDopp or WinDopp Lite System in terface Ethernet or RS-422 Additional interfaces 1 serial RS-422 and 1 parallel Centronix port Power consumption less than 500 Watts Microstrip based Doppler radar antenna including: All microwave components including front end narrow band filter. The narrow band microwave filter ensures that the receiver is not saturated by other radars like high power pulse radars. The SL-60034P also includes front end Low No ise Amplifier, I/Q mixer and I/Q low noise base band amplifier Build in trigger system Data acquisition and data processing section for digitization and intermediate storing of the Doppler signal before transfer to the IC-700 for processing. The hardware a nd software is based on the well known W-700 Doppler radar analyzer used world wide for tests on proving grounds and in private companies. All processing algorithms etc are the same as used in the W-700. The SL-60034P software is programmed into non volati le memory, but the software can be updated via the external interface from the Host-PC without opening the SL-60034P system box. Muzzle flash detector starts the storing of the Doppler signal in the SL-60034P Radar System. Control and data communication b etween the SL-60034P and the IC-700, 76 meters. Trigger cable, 20 meters. IBM-AT compatible computer controlling the W-700 Doppler analyzer using the Weibel control & analysis program - WinDopp. Windows based Control & Analysis software. HP Laser printer ( or similar). The laserprinter is used for printing, plotting and screen dumps. Because of the structured and systematic hardware design and since the software is easy to change, the system is designed for future modifications and updating possibility as we ll The SL-60034P has computer I/O with remote control and can be fully remote controlled as shown in the system diagram. The SL-60034P is controlled using a TCP/IP based ethernet interface or a high speed serial interface. The Doppler radar system has the following interfaces SL-60034P: 1 10/100 TX Ethernet connection, 1 RS-422/RS-232C Host-PC: 1 RJ-45 standard Ethernet, 1 RS-232c or 1 high speed RS-422, and 1 Centronics Colour DTI plot, Velocity versus time (radial and true velocity), Velocity versus dist ance (radial and true velocity) Distance versus time, Acceleration versus time (radial and true acceleration), Acceleration versus distance (radial and true acceleration), Acceleration versus velocity (radial and true acceleration) Doppler signal versu s time User specified graphics, Spin Distribution, Drag coefficient (CD) versus time, Drag coefficient (CD) versus Mach number, Calculated Height versus time, Calculated Height versus distance. Time, Radial velocity, Distance, Radial Acceleration, Signal/ noise ratio, validity Time, Radial velocity, True velocity (in Mach), Calculated aspect angle, Distance, Calculated two dimensional position, Signal/noise ratio, validity, Muzzle velocity, and acceleration, Session repports (Muzzle velocity, and acceler ation) User specified numerical lists, The following can be stored on the host-computer discs: Digitized Doppler signal together with data acquisition parameters for of-line analysis, Set-up parameters. Windows based Control and Analysis software for Weib el Doppler Radar Systems. All data analysis and curvefitting runs entirely on, a standard Windows PC, No processing limitations, 50 % Overlap on all measurements, No limitation in FFT size, Calculations based on verified processing software from Dopple r analyzer, Same processing as in WinTrack, Fast processing using high speed computers, and interfaces, Spin processing, Automated measurement flow reduces user interaction during the measurement and analysis procedure, thus ensuring: That all data ge ts saved, That the main data validation screen are shown, Easy to display the major results of the measured, rounds, Easy to load previous series and see results, Easy to load previous series and see results. A multi graph capability allows the softwar e to display several graphs together. The operator can select from a list of predifined layous, or create his own. CLIN 0002 Qty 1 Fixed Head Ethernet Control led Doppler Radar System This system should consist of a host computer, with pre-loaded Windows based Control and Analysis data acquisition software and support disks. The host computer should communicate with a doppler radar analyzer processor enbedded in a fixed head radar antenna through TCP/IP Ethernet protocol. This system should come with local ethernet control cabling, a fixed head radar antenna with adjustable tripod. This system should contain a power supply selectable from 110/120 VAC to 24 VDC source powering the radar antenna with power leads up to 76 meters. This system must contain a flash detector (FOT-2) with a 20 meter signal cable that can be connected to the radar antenna. This system should be able to be set up by a single individual an d not require any additional lifting equipment or manipulation. The host computer for this system must be an IBM compatible laptop. This computer must be shipped pre-configured Ready to use. This computer must contain a Microsoft Windows XP operating syste m with a programmable LAN card. This computer must contain at least a 40 GB hard drive with 1 GigaByte of RAM, at least 2 Universal serial bus ports, a parallel port for connecting with a laser jet printer, a serial port and LCD port, a single CD-RW Drive, and a 1.44 MB, 3 ? inch floppy disk drive. This computer must also contain a screen resolution of at least 1280 by 800 pixels with a color quality of 32 bit. Radar system to communicate with a host computer through TCP/IP Ethernet protocol instead of GP IB control. This system must contain the doppler radar analyzer processor in the radar antenna thus eliminating any noise generation from large runs of control cable and allowing the host computer to communicate with the antenna processor both locally or t hrough intranet architecture (fiber-optics). This system must not allow for any interference from other radar sources by providing narrow band microwave filters in the radar antenna. The fixed head doppler radar system must be extremely portable. This sy stem must be designed to measure small arms projectile velocities from 30 to 3000 m/s with an over-all system accuracy better than plus or minus - 0.05%. This system must allow technicians to record small arms projectile velocity profiles including target impact velocity, projectile velocities from specified distance from gun muzzle, max projectile velocity, minimum projectile velocity, firing cadence, and standard deviations of a fired ammunition group. This system must contain the capability of performin g rate of fire calculations in a multiple round-burst mode. This system must contain a twelve bit analog to digital converter with sampling rates of 0.6 to 3000 microseconds per sample. This system must be able to store over 1000 muzzle velocities in nonvo latile memory and track 7.62 mm projectiles out to a range of 400 meters under ideal conditions. This system should be designed for operational temperature ranges of -20 degrees Celcius to +50 degrees Celcius. This system must utilize an X-band, continuous wave, doppler radar antenna with built in microphone trigger, processor, power supply (110/120 VAC or 24VDC), a muzzle flash detector FOT-2, peripherals and interconnection cables. This antenna must be controlled through TCP/IP Ethernet protocol. This ant enna should possess an output power of at least 0.4 Watts with an Antenna Gain of 25 dB. This antenna must transmit a microwave CWsignal, and receive the echoed signal from a projectile. The built-in doppler radar processor in the antenna itself will subtr act the received signal from the originally trasmitted signal and then will amplify and digitize the signal. The digitized form of this signal will then be stored in digital memory until downloaded to the host computer for additional analysis but the Windo ws based Control and Analysis Software. This system should be considered an off the shelf system. This system must incorporate calibrating technology thereby r educing the need for annual calibrations. This system should include a built-in velocity calibration generator. This system should be configured in the English language .Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shal l be to the U.S. Army Aberdeen Proving Ground, Md 21001. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Comm ercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance, when combined are significantly more important than cost or price. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an a ward without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.2 12-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sale s to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219.8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting (DEC 1996) 15 U.S.C. 637(a)(14); FAR 52.222-19 Child Labor-Cooperation with Author ities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S. C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Reg istration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 a re applicable: 52.203-3 Gratuities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far , and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax August 08 2005 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Abe rdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov . For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)306-3717, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00849348-W 20050720/050718212113 (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.