Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOURCES SOUGHT

66 -- Global Positioning System (GPS) Simulator

Notice Date
1/28/2010
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB9357AG01
 
Archive Date
2/20/2010
 
Point of Contact
Donna McDonald, Phone: 8508820203
 
E-Mail Address
Donna.McDonald@eglin.af.mil
(Donna.McDonald@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice 28 January 2010 The 96 Contracting Squadron, Eglin AFB., Florida intends to solicit and award a firm fixed price contract for the purchase of a Global Positioning System (GPS) Simulator. Anticipated award is subject to availability of funds. This is NOT a pre-solicitation notice pursuant to FAR Part 5, but is a Market Survey to identify sources that possess the capabilities to manufacture a GPS Simulator as the described minimum requirements: • Up to 5 RF outputs must be supported, representing the coaxial outputs of a 5-element antenna array as received or representing multiple antennas on multiple vehicles. Array dimensions must be user specified. The baseline system should support possible field-upgrade to 7 antennas or antenna elements. • Full constellation modeling is required including satellite motion and automatic data generation with user specified vehicle location, date, time, etc. • Carrier Frequencies L1 and L2 • Dynamic vehicle motion, 6DOF modeling of host vehicle is required. • The solution shall have the capability to generate all current and next generation GPS signals (C/A, P(Y), L5, L2C, M-Code). • For CRPA Test Up to 12 satellites simultaneously at each carrier at each antenna element. The satellite visibility at each element shall nominally be common i.e co-planar array, but non-co-planar arrangements may be required. For Non-CRPA Test Up to 12 satellites at each carrier at each antenna • Jamming Requirement: o Only static jamming sources need to be modeled but future enhancements to support mobile jammers may be required. o Carrier frequencies close to band centre on L1 GPS and L2 GPS o For baseline, up to 5 Outputs must be supported, representing the coaxial outputs of a 5-element antenna array. Outputs can also be used to represent multiple antenna sites on one or more vehicles. o Signal levels required:  Jammer-to-GPS ratio 100d(minimum), preferably higher  All jamming sources must be capable of operating at maximum levels simultaneously.  Minimum control range 40db with 1db resolution. o Baseline signal types required:  CW  Spectrally matched BPSK pseudo-noise equivalent to P-code SINC function with 20MHZ bandwidth.  Spectrally matched BPSK pseudo-noise equivalent to C/A-code SINC function with 20MHZ bandwidth. o For non-CRPA Test  Up to 12 jammers simultaneously simulated at each carrier at each antenna or antenna element. o For CRPA Test  Up to 12 jammers simultaneously simulated at each carrier at each antenna or antenna element. The satellite visibility at each element shall normally be common i.e. co-planar array, but non-co-planar arrangements may be required. This effort is in support of the 46th Test Wing at Eglin AFB., Florida. The tentative North American Industry Classification System (NAICS) is 334515. For contractual information contact Donna McDonald, Contract Specialist; 96 CONS/PKBB, 850-882-0203; Sarilynn Thomas, Contracting Officer 850-882-9188. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Responses to this survey are due prior to close of business Friday 5 February 2010. Offertory response to this Sources Sought shall be limited to 1 page and shall include, but not be limited to, the following information: Offeror's name, address, point of contact, phone number, e-mail address, and any pertinent company information. All interested parties must be registered in CCR to be eligible for an award of Government contracts. Fax or email your responses to Donna McDonald, e-mail: donna.mcdonald@eglin.af.mil or Sarilynn Thomas, e-mail: sarilynn.thomas@eglin.af.mil, fax: 850-882-1680. 308 West D Avenue, Suite 130 Eglin AFB,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0EB9357AG01/listing.html)
 
Record
SN02052316-W 20100130/100128235359-657b5c66fd91424077a76202413794ea (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.