Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

99 -- THE ELECTRONIC SYSTEMS CENTER (ESC) IS SEEKING QUALIFIED SOURCES TO PROVIDE A COMBINATION BROADBAND SIGNAL ANALYZER, RECORDER, GENERATOR, AND PLAYBACK SYSTEM IN SUPPORT OF AMF JTRS ADVANCED TESTING AND VERIFICATION.

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Electronic Systems Center Air Force materiel Command, USAF 5 Eglin Street Hanscom AFB, MA 01731-2100 653 ELSG/KC 01731-2100
 
ZIP Code
01731-2100
 
Solicitation Number
FA8726-06-R-0019
 
Response Due
7/24/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
N/A
 
Description
The Electronic Systems Center (ESC) is seeking qualified sources to provide a combination broadband signal analyzer, recorder, generator, and playback system in support of AMF JTRS advanced testing and verification. This system must include the combination of the above features in a single rack-mount system, with the following minimum requirements: 12 GB of high speed signal memory simultaneous record and playback operations dual 60 MHz / 255 MHz instantaneous bandwidth inputs and outputs 2 MHz to 3 GHz RF range, with 1 Hz phase locked tuning resolution synthesized time bases removable 80 GB and 300 GB hard drives (integrated in system) dual Xeon embedded processors dual gigabit Ethernet interfaces advanced generic and radio-centric signal analysis software (integrated and installed in system) advanced generic and radio-centric signal generation software (integrated and installed in system) capable of playing back JITC-recorded radio databases compatible with JITC advanced analyzer/recorder/generator/playback systems Scaleable. Supports, at a minimum, SRW, MUOS, WNW, SINCGARS and IW waveforms and allows for growth of future waveforms One year full warranty Maintenance & calibration package to include all instrument maintenance requirements, annual traceable calibration to ANSI Z540 and installation of the latest firmware upgrades. Initial operator training for approximately 8 personnel Initial maintainer training for 2 personnel The system must be delivered within 120 days after the placement of order, and must be upgradeable to include high speed RAID storage of up to 2 Terabytes. Interested firms are invited to provide a qualifications/quote package containing the following information: (1) Company name, address and point of contact (2) Web site URL (if available) (3) The size of your company (in personnel) (4) A description of any existing software modules that address the technical requirements indicated above, said description being in the form of (a) pamphlets or other forms of written documentation or (b) URLs to web site pages on which such modules are described (5) The hardware platform(s) and operating system(s) with which your software is compatible (6) A copy of your software licensing agreement (7) A description of the technical support service(s) offered by your company (8) Examples of other government/military clients who have used (or are currently using) your software. Firms may provide their qualifications package via e-mail or they may provide two hardcopies and one electronic copy (CD) of their qualifications package to 653 ELSG/KC, 5 Eglin Street, (MITRE D Building), Hanscom Air Force Base, Massachusetts 01731-2100, Attn: Jeffrey Wong (Jeffrey.Wong@hanscom.af.mil). If you send your qualifications package via e-mail, please confirm receipt by calling Mr. Wong at (781)271-6272. Responses are required no later than 1700 hours Eastern Time on 24Jul2006. Responses must also include the company name, address, size of business (i.e., large business, small business, small disadvantaged business, 8(a) concern, veteran-owned business, or HUBZone small business), whether U.S. or foreign-owned entity, and a company point of contact. Respondents must be registered in the CCR database. Please limit your qualification package to a maximum of 10 pages. (Format: 8.5 x 11 inch paper, compatible with Microsoft Word 2000/XP; Font Times Roman; 10pt, 1-inch margins.) Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work (limit 1 page, which is included in the 10 page total). Please include the name and number of the ongoing contract, contract scope, contract type, period of performance, contract deliverable, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. The Government intends to evaluate each prime contractor capability package submitted and will notify each source by e-mail not later than 24Aug2006 of our assessment of their potential competitiveness. This synopsis is for planning purposes only and does not constitute a Request for Proposal; it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information provided in response to this synopsis. Point of Contact Mr. Jeffery Wong, Contract Specialist (781) 271-6272, e-mail Jeffrey.wong@hanscom.af.mil. Mr. Norman Cosica, Technical Support, (619)553-0469, e-mail Norman.coscia@navy.mil
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN01075590-W 20060624/060622221044 (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  © 1994-2020, Loren Data Corp.