Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOURCES SOUGHT

70 -- MMD44 Hypermod with adaptive equilizer

Notice Date
2/2/2006
 
Notice Type
Sources Sought
 
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
F1S0AE6019B001
 
Response Due
2/16/2006
 
Archive Date
3/3/2006
 
Description
This is a sources sought notice for market research purposes only. This acquisition is for MMD44 Hypermod with adaptive equalizer. The units are used for the integration of Advanced Range Telemetry (ARTM) developed products into the Edwards Air Force Base telemetry acquisition systems and airborne instrumentation ground stations. Specs: MMD44 Hypermod with the capability to demodulate Inter Range Instrumentation Group (IRIG) 106 Tier 0 Pulse Code Modulation/Frequency Modulation (PCM/FM), Tier I Shaped Offset Quadrature Phase Shift Keying-Telemetry Group (SOQPSK-TG) and Tier II Advanced Range Telemetry-Continuous Phase Modulation (ARTM-CPM) waveforms. The demodulators will be integrated into the AFFTC telemetry acquisition systems to provide hardware that supports the use of spectrally efficient modulated waveforms and improves the utilization of current legacy waveforms. The unit shall be able to demodulate Pulse Code Modulation/ Frequency Modulation (PCM/FM) waveforms, Shaped Offset Quadrature Phase-Shift Keying-Telemetry Group (SOQPSK-TG) waveforms IRIG 106, and Advanced Range Telemetry Continuous Phase Modulation (ARTM CPM) waveforms per IRIG 106. The demodulator shall include an integrated bit synchronizer. In the PCM/FM mode, the demodulator shall provide at least a 2.5 dB improvement in detection efficiency compared to traditional PCM/FM per IRIG 106. The demodulator must be able to support data rates up to 20 Mbps in all three modes. The demodulator shall operate with 20 MHz and 70 MHz IF Inputs. The demodulator shall include a real-time signal quality display. The demodulator shall include an adaptive equalizer to mitigate the effects of multi-path on all three waveforms. The demodulator shall have separate I and Q test outputs for monitoring purposes. The demodulator shall be computer controllable via RS232/422 interface. The North American Industry Classification System Code (NAICS) is 334220 and the size standard is 750. Interested organizations must have an already demonstrated product and may submit their capabilities and qualifications to perform the effort in writing. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number, and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 334290. The Small Business size standard is 750 employees. Responses are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 8am on 16 Feb 06. Any questions concerning this sources sought should be submitted to the Contract Negotiator, Andrea Haley, by email at, andrea.haley@edwards.af.mil or by fax at (661) 275-7849 Faxed/email transmissions are preferred. The submission of this information is for planning purposes only and is not construed as a commitment by the Government to procure any items/services, nor for the Government to pay for the information received. No solicitation document exists. FOB Destination.
 
Record
SN00978943-W 20060204/060202212110 (fbodaily.com)
 
Source
FedBizOpps 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.