Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SPECIAL NOTICE

99 -- Request for Information and Demonstration Miniature Tactical Software-Definable Radio due 06-13-08

Notice Date
6/6/2008
 
Notice Type
Special Notice
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_0000C256
 
Archive Date
6/13/2008
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston isseeking information on non-developmental commercial off-the-shelf (COTS)miniature tactical software-definable radios. Responses due 06-13-08. The miniature tactical Software-Definable Radio (SDR) shall provide radiofrequency (RF) coverage from 2 to 3000 MHz to allow digitization of HF/VHF/UHFsignals. The SDR front end must provide 2 independent channels of RF downconversion, high speed digitization and post digitization processingcapabilities (FPGA, DSP, GPP) combined within a single package. The total SDRpackage must adhere to tactical environmental conditions and be constrainedwithin a 14 inch3 space while weighing less than 1 pound. The processingentities must be easily programmable and accessible to allow reconfigurationusing common commercial development tools. The following environmental requirements are for a final system, not meetingsome or all of these environmental requirements should not preclude a companyfrom submitting information about a system if they believe that future designand modification to the system would result in the final system meeting theserequirements.* The system shall withstand operating temperatures from 0 degrees C to +60degrees C.* The system shall withstand non-operating temperatures from -40 degrees C to+70 degrees C.* The system shall withstand non-condensing humidity from 5 % to 95%.* The system shall operate from sea level to 15,000 feet. The system shalloperate with shocks to 2.5g, 11ms, 1/2 sine.* The system shall withstand non-operating shocks to 10g, 11ms, 1/2 sine.* The system shall withstand operating vibrations up to 2 grms, 5-500 Hz randomsinusoidal.* The system shall be resistant to externally generated radio frequencyinterference (RFI) IAW with MIL-STD 461E, tests CE102, CE106, CS101, CS103,CS114, CS115, CS116, RE102, and RS103. Vendor shall be able to demonstrate that the system operational capabilityincludes as many of the following requirements: SDR device characteristics:1. The SDR shall support simultaneous multiband functionality.2. The SDR shall support simultaneous variable bandwidth operation.3. The total power consumption shall be less than 4W typical and 7W maximum.4. The device input power shall use 6-12 VDC.5. The overall weight of the device shall be less than 1 lb maximum.6. The overall size of the device shall be constrained within a 14 inch3package size.7. The SDR shall provide external reference inputs for 10MHz and 1PPS.8. The SDR shall provide an external serial connection.9. The SDR shall provide an external USB 2.0 and/or 10/100/1000 ethernetconnection.10. The SDR shall be based on Open Standard I,Q data Protocol: Vita 4911. The SDR shall support real-time block or streaming transfers from the DDR. Wide Band (WB) Radio Frequency (RF) Front-End:1. The WB RF Front-End shall have a minimum of 2 HF/VHF/UHF RF Inputs.2. The WB RF Front-End shall provide an IF Bandwidth of at least 6 MHz minimum.3. The WB RF Front-End shall have a tuning resolution of 1 Hz.4. The WB RF Front-End shall have a Maximum Sustained Input Signal of at least+10 dBm.5. The WB RF Front-End shall have a tuning resolution of less than 500 usec towithin 1 KHz of final frequency.6. All WB RF Front-End inputs shall be 50 ohms nominal.7. The WB RF Front-End shall have a manual gain control capability in 0.5 dBsteps.8. The WB RF Front-End shall have an adjustable attenuation.9. The WB RF Front-End shall provide an IF rejection of 70 dB minimum, 80 dBtypical. Analog Digital Converter (ADC):1. The SDR must contain a separate ADC for each RF Input.2. The ADC must handle variable sampling rates up to at least 102 MSPS.3. Each ADC must accept an external clock reference and/or 1PPS.4. Each ADC must quantize to at least 14 bits. The current objective is 16 bits.5. The ADC shall have Spurious Free Dynamic Range (SFDR) of at least 80 dBc.6. The ADC shall have Differential Non Linearity (DNL) of +/- 0.5 LSB.7. The ADC shall have Signal to Noise Ratio of at least 75 dB. Digital Drop Receiver (DDR):1. The SDR must provide a post digitization processing capability (FPGA, DSP orGPP).2. The SDR must provide the capability for a minimum of 4 DDR channels per RFInput.3. The SDR must provide the capability for each DDR to have an independentlyspecifiable decimation rate.4. The SDR must provide the capability for each DDR to accept a 1PPS trigger.5. The SDR must provide the capability for each DDR to support outputbandwidths from 2 Khz minimum up to 200 KHz or more. SPAWARSYSCEN Charleston is only interested in information on devices that arecurrently available for ground tactical environments, or easily adaptable froman existing system to these environments. Responses to this RFI should be e-mailed no later than COB 13 June 2008 toMichael Niermann (e-mail: michael.niermann@navy.mil, phone: 843-218-4735) ormailed to: SPAWARSYSCEN Charleston, Attn: Code 56100MN, P.O. Box 190022, N.Charleston, SC, 29419-9022. Please provide three copies of any printedmaterial. This RFI is for market research purposes only, and should not be construed as aRequest for Proposal (RFP) or solicitation of an offer. The Government doesnot intend to award a contract on the basis of this RFI or otherwise pay forthe information solicited. E-mail your non-technical, contract relatedquestions to the Contract Specialist at paula.somers@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7bdf0f9150fba648c8def17bc1eaaa6&tab=core&_cview=1)
 
Record
SN01589010-W 20080608/080606220630-b7bdf0f9150fba648c8def17bc1eaaa6 (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.