Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

58 -- Electrical & Electronic Equipment Components

Notice Date
8/13/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808R3040
 
Response Due
9/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
XDS13-9 540-653-7239
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This 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; proposals are being requested and a written solicitation will not be issued. Request for Proposal number is N00178-08-R-3040. This action will be processed in accordance with the procedures in FAR Subpart 13.5. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-26, Effective 12 June 2008 & DFARS Change Notice dated 21 July 2008. The NAICS Code associated with this procurement is 334515 and the Small Business Size Standard is 500 employees. The Naval Surface Warfare Center, Dahlgren Division, intends to procure on a competitive basis the following, CLIN 0001: two (2) WIDEBAND RECORD AND PLAYBACK SYSTEM (WRAPS) Specifications include the following: a turnkey, high-fidelity record and playback system for wideband electromagnetic waveforms and events in the 1 MHz to 20 GHz frequency range. A 50 minute I/Q data recording capacity, without changing media, for signals with up to 110 MHz of adjustable RF bandwidth and Media for up to 100 minutes of recording at the full 110 MHz bandwidth shall be supplied with the system. Proportionally longer capture times shall be provided for signals of less than full bandwidth. To assist with pulse characterization, the system must be capable of supporting time-correlated measurements across the frequency, time, and phase domains. The system shall support I/Q sample rates to 300MS/s. Commercial-Off-The-Shelf (COTS) technology is desired. All system operations, including but not limited to spectrum visualization, selection, capture and playback, must be directed from a single operator interface. An environment that has the look and feel of the Tektronix 6100 family of Real-Time Spectrum Analyzers (RSAs) is highly desirable. An Engineer that is well versed in RSA operation should find the system highly intuitive and easy to use. The system must be highly-portable, shippable, robust, and fully integrated. It must be capable of operating in a Navy shipboard environment and in hot, dusty conditions for extended periods. In order to be compatible with existing electromagnetic analysis tools, the system must be capable of importing and exporting digital data in the WFM, TIQ and XIQ formats. The system front end shall have a spur free dynamic range of at least -73dBc at the full 110 MHz capture bandwidth. The system shall be capable of capturing, analyzing and simultaneously displaying a signal of interest in the presence of a stronger signal on the same frequency, so long as the latter has a duty cycle that is appreciably less than 100%. This functionality must be effective against frequency hopping signals and capable of supporting the capture and analysis of shipboard signals of interest in a complex electromagnetic environment. The RF output device must be Specific Emitter Identification (SEI) certified. The output device must include a wideband differential external I/Q input and an output for AM, FM, and phase modulation. It must also support narrow pulse modulation, analog ramp sweeps, and wideband modulation throughout the frequency range. It must support 16 bit I/Q data from a RSA at rates of up to 600 MB/s. Offline modulation analysis tools for GSM/EDGE, WCDMA, WLAN 802.11 A/B/G/N, CDMA2000, EVDO, 3GPP Release 5 Downlink (HSDPA) and HSUPA shall be provided with the system. The system shall operate from 110V/240V 50/60 Hz with auto-sense and auto-switch. All RF input and output connectors that are to be routinely used by Navy engineers shall be Type N female. The system controller shall be a MS Windows or Linux platform and shall support 1 GByte Ethernet, and USB 2.0. Vendor manuals associated with individual COTS boxes shall be delivered. In addition, end-to-end operation and maintenance instructions and overall performance and environmental specifications shall be delivered. This system-level manual should be all that is required for a test engineer to set up, collect and play back captured data. Box-level block diagrams, theory of operation and parts list with equipment supplier address, contact data and cage codes shall be a part of the document. The document shall be provided to the Navy for review and comment 30-60 days prior to system delivery. A Navy approved paper version and soft copy in MS Word format will be delivered with the system. Required delivery is 30 December 2008 and delivery is FOB Destination Dahlgren, VA. Applicable shipping charges should be proposed. Representations and Certifications at FAR 52.212-3, Alt. 1 and DFAR 252.212-7000 must be completed and submitted with the offerors proposal. The following FAR and DFAR provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to OfferorsCommercial Items; FAR 52.212-4 Contract Terms and ConditionsCommercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items, 52.219-8, Utilization of Small Business, 52.219-9 Small Business Subcontracting Plan; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.211-7003 Item Identification and Valuation, DFAR 252.219-7003 Small Business Subcontracting Plan (DOD Contracts). A firm fixed price commercial contract will be awarded. The provision at FAR 52.212-2 Evaluation-Commercial Items is incorporated. The Government intends to award on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (1) technical capability to meet the Government requirement, past performance and (2) price. Technical capability areas of emphasis include frequency range, IF bandwidth, record time, selectivity, dynamic range and ease of use, compatibility and dual use. Technical capability and past performance when combined are significantly more important than price. Offerors shall address how the proposed system meets the stated specifications. Reliability history and Mean Time Between Failure (MTBF) data, hardware interface data and system level mechanical drawings or notional views shall be provided. Additionally, the proposal should include a narrative describing the operator keystrokes necessary to collect and play back a typical signal. File format compatibility with existing software tools such as DADiSP, WaveCAFE, and MATLAB will be a key consideration. Warranty information should be included. The successful Contractor will demonstrate a clear understanding of the documentation requirements. A table of contents of the end-to-end system operators manual or an outline or narrative describing the planned manual shall be provided. Three past performance references should be included for recent sales for similar items. Include contract number, description of items, and point of contact, phone number and email address. The FAR and DFARS provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. In order to be eligible for award, firms must be registered in the Central Contractor Registration (CCR). Vendors may obtain information on registration in the CCR on the Internet at http://www.ccr.gov/. The closing date is 2 September 2008 at 2:00 p.m., Eastern Time. Anticipated Award date is 26 September 2008. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Electronic proposal submission is encouraged at DLGR_NSWC_XDS13@navy.mil, but the quote may also be faxed to (540) 653-6810, Attn: XDS13-9. Reference Synopsis Number N00178-08-R-3040 on all correspondence. Inquiries should be directed at (540) 653-7239.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da7e6c5108d1733742c025aa11e178ff&tab=core&_cview=1)
 
Record
SN01639627-W 20080815/080813224723-da7e6c5108d1733742c025aa11e178ff (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.