Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOLICITATION NOTICE

58 -- Best Source Selector System

Notice Date
5/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4AT837115A200
 
Response Due
5/25/2007
 
Archive Date
6/9/2007
 
Small Business Set-Aside
Total Small Business
 
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This constitutes the only notification before award. This is a firm fixed price, 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-012. This posting is to inform potential providers that Tyndall Air Force Base, Florida has a requirement to purchase a Best Source Selector System, described in the following line items: 0001 Data Transmission Test Set: Model MD650 0002 Internal Noise Source Option: Model OP650-65 0003 Acquisition Time Test Option: Model OP650-66 0004 Multi Channel Bit Sync/Best Source Selector -- 8 channels of 20 Mbps -- 1 BSS IFB Group Card: Model OP2266B-50 0005 Additional BSS IFB Group Card: Model OP2266B 0006 Redundant Power Supply: Model OP2266B-50 0007 SO-QPSK Option to support 4 Independent SO-QPSK Channels: Model OP2266B-06 Details: 2. Multi channel bit synchronizer/best source selector, 8 channel with 20 Mbps capability with the following specifications: Requirement: Bit synchronizer with Best Source Selection with the following characteristics: Best source must be based on signal data quality (Eb/No), frame synchronization pattern is not a signal processing requirement. Best source selection must not cause a switch between sources to cause the down stream frame synchronizer connected to the bit synchronizer/best source selector output to lose lock. Best source selection must be seamless, no data errors can be tolerated. Data source selector must be capable of processing encrypted (black) data. Must not decrypt each data prior to best source selection data processing. Best source selection of encrypted data based on Eb/No (Signal Quality) Majority vote mode best source selection based on multiple sources correlated and a bit-by-bit voting is done to assemble the output data stream, when a 3rd source comes on-line it is automatically correlated with the other 2 sources, with full majority voting (weighted by the short and long term quality) invoked the error correction that results in better then a 3.3dB (two fold increase) performance improvement of the link. 2A. Additional best source selector interface to allow 2 groups of best of 4 source selection. 2B. Hot swap redundant power supply. 2C. OPSK/OQPSK/SOQPSK resequencer is required for WRTM, tier 2 modulation. Additional requirement specifications: Signal Inputs Inputs per Channel (8 Ch. Max.) Four (4) Analog or Digital [Other I/O configurations Available] Input Impedance Lo Z: 50 ohms (optional 75 ohm) or High Z (Selectable) Levels 0.25 Vp-p to +/- 12 Vp-p or RS-422 (Optional) DC Offset 100% of the input peak-to-peak signal level. AC Offset No degradation up to 100% of input signal amplitude at 0.1% of the bit rate. Input Codes NRZ-L/M/S, BIǾ-L/M/S, DM-M/S, MDM-M/S* De-randomizer RNRZ De-randomizer 2^9,11,15, 17, 20, 23 fwd and rev Polarity Normal / Inverted. Viterbi Decoder Constraint length 7, rate 1/2, G1 =171 octal G2= 133 octal G1/G2 Swap and G3 Invert (other viterbi options available) Eb/No Measurement -2 to +20 dB 0.5 dB resolution Synchronization Bit Rate Range 40 bps to 20 Mbps (40Mbps optional) Tuning Resolution of Bit Rate X.XXXEN (1<N<7) Capture Range Equal to LBW Loop Bandwidths 0.01% to 1.6% Sync Threshold SNR -3 dB for NRZ, (-1 dB for BIǾ) codes, square-sided data. Sync Maintenance SNR -3 dB with transition density 50%, LBW1 w/ NRZ-L Sync Acquisition 50 bits or less Sync Retention 256 bits without transitions, LBW1. Bit Error Rate Within 1 dB of theory over the full bit rate range Frame Pattern Detector Detection of up to 32 bits Outputs, each Bit Sync Channel TTL (Each Channel)- Two Coded PCM and Two Clocks (Programmable 0, 90, 180, 270 degrees), plus one Selected Data & Clock Output for BSS Channels RS422 (Each Channel)- Two Coded PCM and Two Clock (Programmable 0, 90, 180, 270 degrees), plus one Selected Data & Clock Output for BSS Channels Bipolar Tape Output (Each Channel)- One +/-1V - Coded PCM Lock Status - Bit Synchronization, Frame Pattern and Viterbi Signal Quality Status: Eb/No, Deviation, Frame Sync Pattern Error Count, Viterbi Error Count and BERT / PRN BER Measurements on Front Panel Display and Remote Port 1. Data transmission test set (link analyzer) with the following chacteristics: 1A. Internal Noise Source with adjustable Eb/No and DC Offset 1B. Acquisition Time Test Additional requirement specifications: Data link testing up to 36Mbps Bit Errors, Measured Bit Error Rate, Accumulated Block Errors, Accumulated Error-free Seconds, Accumulated Error Seconds, Measured error Symmetry, Accumulated Bit Count Integrity loss (Bit Slips), Measured Transmit and Receive clock rate. Operating ease and test flexibility is the result of microprocessor control. A high contrast vacuum fluorescent display provides setup and test result information in easy-to-use formats. -Independent Transmitter and Receiver -Bits, Blocks, and Seconds Tests -Data Symmetry & Bit Slip Results -TX & RX Frequency Measurement -12 PRN Sequence Codes -Programmable 16, 32, 64, 128, or 256-bit Data Patterns -Internal DDS Frequency Synthesizer - Includes IRIG Code Conversion, -Randomizer and Rate 1/2 Conv Encoder -TTL, Bipolar, RS-422, and ECL Signal Interfaces -ENET, RS232, and IEEE-488 Remote Control Operating Rates: 1 bps to 36 Mbps NRZ codes, 18Mbps for 2X Codes. (Standard) PRN Sequence Patterns (Forward and Reverse): 2 7-1, 29-1, 211-1, 215-1, 220-1, 223-1 Programmable Repeating Data Patterns: 16, 32, 64, 128, or 256 bits Codes: NRZ-L/M/S, Bi0-L/M/S, DM-M/S; V.35, V.36, IRIG Randomizers; R 1/2 Convolutional Code w/ order/polarity selection Interfaces: TTL, Bipolar, RS-422 (optional differential and single ended ECL) Interface Rates (Max): 60 Mbps (RS-422: 50 Mbps) Connectors: BNC for TTL, Bipolar, (optional ECL) and Analog interfaces DB-25 for RS-422 (optional differential ECL) TRANSMITTER Data & Clock Interface: Transmit Data, Clock, & 2X Clock Output External Clock Input External Noise Input Data Perturbations: Force output to ALL 1's or 0's Insert a single error, slop or gap Inserted error rate 0.000001 to 0.5 Insert a slip every 1 to 9999 bits Insert a Gap (blanked data) period of 1 to 9999 bits TRANSMITTER con?t. Internal Clock (DDS Frequency Synthesizer): Six digits plus exponent Analog Output: Transmit Data with level and offset adjust. Signal level: 100 mVp-p to 10 Vp-p (50 Ohm Load)(5 Vp-p at higher rates) DC offset: Up to + or - 5 V Ext. Noise input mixed w/ analog output Internal Noise mixed w/ analog output (option) Max. signal + offset + noise up to +/- 10Vp RECEIVER PRN Synchronization: Maintains sync in BER up to 3 x 10 -1 Tests Counts: Bits, Bits-in-Error Blocks, Blocks-in-Error Seconds, Errored-Seconds Slips (Sync Losses) Transmit & Receive Clock Frequency?s Calculated Test Data: Bit-Error Rate Test size: 103 thru 109 bits Block-Error Rate Block-error threshold: 0 to 14 errored bits/block Symmetry: BER bias, 0 to 100 % Average Bit-Error Rate SYNC ACQUISITION TEST Measures acquisition time in bit periods REMOTE CONTROL RS232 Serial Interface and IEEE 488 Standard Contractors must include, with their quote, the CAGE code, tax identification number (TIN), and delivery date. Quotes should be sent via mail, e-mail or fax listed below. Late responses will not be considered. THE RESPOND NO LATER THAN DATE FOR THIS SOLICITATION IS 25 MAY 2007 at 4:00 PM CENTRAL STANDARD TIME. The point of contact for this requirement is SSgt Brandy Knisley, 325 CONS/LGCBA, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Phone: 850-283-8634. FAX: 850-283-8491. E-mail: brandy.knisley@tyndall.af.mil. Quotes may be e-mailed or faxed 325th Contracting Squadron/LGCB, Attn: SSgt Brandy Knisley, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Oral quotes will not be accepted. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training information available at no cost is located at http://www.wawftraining.com. The details of contract: only small businesses are eligible for award. The North American Industry Classification system code is 334511. The small business size cannot exceed 750 employees. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4,Contractor Terms and Conditions-Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; DFARS 252.204.7004, Required CCR Registration; DFARS 252.225-7000, Buy American Act and Balance of Payments Program (submit certification with quote); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions or Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and DFARS 252.232-7003, Electronic Submission of Payment Requests and AFFARS 5352.201-9101, Ombudsman.
 
Place of Performance
Address: 325 Contracting Squadron, 501 Illinois Avenue, Suite 5, Bldg 647, Tyndall AFB, FL
Zip Code: 32403-5526
Country: UNITED STATES
 
Record
SN01299419-W 20070523/070521235531 (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.