Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

66 -- VECTOR SIGNAL ANALYZER

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07192186Q
 
Response Due
4/18/2007
 
Archive Date
4/9/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for a Vector Signal Analyzer per the following Specifications. PR4200192186 ?C Vector Signal Analyzer This Purchase Request is for a Vector Signal Analyzer for the SCiP Compatibility Test Sets Project. The instrument will be a cornerstone instrument for use in the Glenn Compatibility Test Laboratory. TECHNICAL SPECIFICATIONS 1.1 - REQUIRED CAPABILITES The instrument shall include the following capabilities: 1.1.1 Minimum 40-MHz Capture/Analysis Bandwidth ?C The Vector Signal Analyzers can be conceptualized as a tuned RF frequency converter followed by A/D converter. After the conversion, digital signal processing techniques are used to perform a myriad of measurements. One of the critical specifications for the instrument is the bandwidth of the A/D. This bandwidth determines the widest signal which can be analyzed / demodulated in near real time. The SCiP Project will require analysis bandwidths of up to 100-MHz. For the near term we require a minimum 40-MHz Capture/Analysis Bandwidth. The analyzer must be capable of 100-MHz bandwidth after upgrade. (Modifications within the same unit). 1.1.2 Signal Capture and Playback ?C The vector signal analyzer ??captures?? and stores a received signal into internal memory. The captured signal includes all of the noise, interference and spectral components. The captured signal can then be played back over and over while the instrument settings are changed to make different measurements. This capability is extremely useful for finding and analyzing transients. Once a transient is captured to memory, the operator may play it back to look at it in the frequency domain and measure center frequency, spectral mask, nearby noise. The signal can be played back again from memory but in zero-span mode to measure the transient??s duration, rise / fall times, etc. 1.1.3 Capture a Waveform for later Playback on a compatible Vector Signal Generator ?CFor this capability, the instrument is used as a demodulator and the actual symbols are recovered and recorded along with information about the modulation used. This information is transferred to a vector signal generator where a regenerated signal can be created for repeated playback. For example, the Vector Signal Analyzer could be set up to record a TDRSS compatible signal from an actual satellite passing overhead. Next the captured waveform is moved over to the Vector Signal Generator for later playback to other devices in the lab. This payback capability enables us to use captured signals from the real world in the lab. Most of the instruments researched include this capability. 1.1.4 Frequency Mask Trigger ?C This capability allows the instrument to be triggered when a spectral component within a narrow frequency range, exceeds a user generated mask. With this feature, the instrument can trigger on a very small signal located spectrally close to or within a large signal. Most instruments only have a simple ??level trigger?? which would trigger on the large signal. 1.2 ?C MINIMUM PERFORMANCE SPECIFICATIONS Input Frequency Range 10 KHz to 8-GHz Input Signal Amplitude +10 dBm to -145 dBm TOI to DANL (preamp off) Capture/Analysis Bandwidth 40-MHz min, field upgradeable to 100-MHz Smallest Resolution Bandwidth ??5-Hz Support the Following Modulations PSK (BPSK, QPSK, S- QPSK) and 16-QAM Modulation Displays Constellation, Vector Diagram, EVM,Eye Diagram Modulation Measurements EVM, Magnitude Error, Phase Error, IQ Origin Offset RF Measurements Frequency Error, Channel Power, Adjacent Channel Power, Occupied Bandwidth 1.3 ?C INSTRUMENT FEATURES/COMPATIBILITES The Instrument must support the following features and / or compatibilities: 1. Compatibility with LabVIEW (LabVIEW drivers) for remote control of instrument. All front panel functions and controls must be accessible from within LabVIEW. 2. Touch Screen Color Display, with provision for external mouse and keyboard. 3. Include a spectrogram (frequency and amplitude vs. time display) 4. Ability to display and save the demodulated symbols (Symbol Display / Symbol Table) 5. External Trigger Input 6. External Frequency Reference Input 7. External Monitor Output (XGA resolution or better) 8. Environment ?C The instrument will be used in a common laboratory. It will be used on a bench or on a laboratory cart in the temperature controlled environment. The provisions and clauses in the RFQ are those in effect through FAC 05-14. The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Glenn Research Center is required within 4 months. Delivery shall be FOB Destination. Offers for the items(s) described above are due by COB 4/18/2007 to NASA/Glenn Research Center, Attn: Carol J. Cobbs, MS 500-306, 21000 Brookpark Road, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN),CAGE Codek, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Carol J. Cobbs, carol.j.cobbs@nasa.gov not later than 4/12/07. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include, with their offer, completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items.These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . If applicable, the following paragraph may be included with the offer instead. The Offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information,, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Ofvferor Representations and Certiciations??Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1202), except for paragraphs ____________________(Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solications only, if any). These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#124241)
 
Record
SN01269590-W 20070411/070409221955 (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.