Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

66 -- LTE Network Analyzer Solution - LTE Network Analyzer Solution Matrix

Notice Date
2/11/2011
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NT910000-11-02554(SLL)
 
Archive Date
3/25/2011
 
Point of Contact
Susan L Labovitz, Phone: (303) 497-7943, Mark Caban, Phone: 303-497-6875
 
E-Mail Address
susan.labovitz@noaa.gov, mark.caban@noaa.gov
(susan.labovitz@noaa.gov, mark.caban@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Matrix is for vendors to show their capability to meet specification. REQUEST FOR INFORMATION TITLE: Long Term Evolution (LTE) Network Analyzer Solution CONTRACTING OFFICE ADDRESS: U.S. Department of Commerce, NOAA Acquisition and Grants Office, Western Acquisition Division-Boulder, Boulder, Colorado 80305-3328 DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - Solicitations are not available at this time and requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government. The Department of Commerce (DOC) Institute for Telecommunication Sciences (ITS) on the behalf of the National Institute of Standards and Technology/Office of Law Enforcement Standards (NIST/OLES) is conducting market research to determine sources for the following equipment described below. The anticipated North American Industry Classification System Code for this procurement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, Electrical Network Analyzers Manufacturing and Radiofrequency Measuring Equipment Manufacturing. The Government anticipates award of a contract in the 3rd or 4th quarter of 2011. SPECIFICATION 1) The Long Term Evolution (LTE) monitor solution must be capable of capturing and decoding messages that are associated with a data session from the Evolved Packet Core (EPC) and the LTE common air interface (CAI). 2) The LTE monitor solution must be capable of capturing and decoding messages that are associated with a voice session from the Evolved Packet Core (EPC) and the LTE common air interface (CAI). 3) In addition to capturing and decoding the messaging in items in 1 and 2, the LTE monitor solution must display the messaging as a complete, end-to-end call flow trace in a message sequence chart (MSC) format. This would be considered performing data analysis on the captured and decoded messages. 4) The monitor solution must include a distributed network analyzer (DNA) data acquisition probe that provides high density advanced Ethernet packet processing capabilities for real-time network monitoring and analysis of an LTE EPC. The probe should in a minimum of 8 10/100/1000 Mbps Ethernet interfaces (or ports). Each Ethernet interface port should contain one transmitter and one receiver. In addition to the 8 or more Ethernet interfaces, an additional Ethernet interface (RJ-45) should be provided in order to manage and configure the distributed network analyzer. An Ethernet sync port shall be provided to allow for network time protocol (NTP) synchronization. The accuracy of this synchronization should be +/- 20 milliseconds. The DNA shall be able to perform line rate user plane analysis, line rate signaling plane analysis, data acquisition, traffic filtering, and packet forwarding. The DNA probe shall provide a mechanism to allow for remote firmware upgrades. The DNA shall be available with an AC power option. The DNA shall be capable of being mounted in a 19" rack. 5) The monitor solution must include LTE signaling analyzer software (SAS). The signaling analyzer software will analyze the data (perform protocol analysis) that is being captured by the DNA and the LTE CAI drive test solution (see below for more information on the requirements for the LTE CAI drive test solution). The SAS must be capable of analyzing this data in real-time. The SAS will report LTE Key Performance Indicators (KPIs) as defined by LTE standards organizations, and provide graphical call traces in MSC format. In order to assist with troubleshooting of a single LTE system or interoperability issues between many LTE systems, the SAS will allow the end user to select a message in the call trace and drill down to the hex data. In order to assist with troubleshooting and protocol interoperability issues between and LTE system and a 3G system (CDMA EVDO, GSM) the SAS will allow the end user to select a message in the call trace and drill down to the hex data. Upon drill down, the fields that compose a given message in call trace will be clearly identified. Specifically, the KPI portion of the SAS must report call success ratios, signaling and call load information, failure cause value distributions, cause value rates, user-plane performance, and service delivery degradation KPIs and metrics. The SAS must provide end-to-end call flow traces for mobile voice, video, and data services in MSC format. The SAS must be capable of emulating a UMTS Radio Network Controller (RNC) by performing pseudo RNC RLC/MAC reassembly on a per-call basis. The SAS must be capable of real-time, fully automated deciphering of S1 NAS (Non-Access Stratum) and Gb (Giga-Bit) links. SAS must be capable of real-time IPSec decryption. SAS should provide for LTE protocol filtering on the user and control planes in hardware and software. The SAS should provide the ability for multiple users (remote clients) to analyze data simultaneously without impact the performance of the hardware platform SAS is installed on. The SAS shall contain data logging options to save raw and processed data. 6) The DNA and SAS together will be capable of: a. Performing real-time protocol analysis and must be capable of tapping any network interface in the LTE network. b. Capturing and correlating information from multiple interfaces within an LTE network and at network interfaces with other network technologies. c. Automated client regression testing d. End-to-End service analysis of E-UTRAN, EPC, and IMS. e. Performing optimization analysis on E-UTRAN. f. Call manager historical analysis to find call failures. g. Must be capable of correlating LTE CAI signaling with EPC signaling in order to assist with RF performance engineering and optimization efforts. h. When coupled with a drive test solution help to determine how well an LTE UE performs in an LTE network. i. Assist in testing and optimizing eNodeB performance in the laboratory and optimizing LTE network performance as a whole. 7) LTE monitor solution must include a drive test solution that can be coupled with the DNA and SAS that were described above. The drive test solution must be capable of real-time monitoring, capturing, and decoding of LTE CAI messaging. In addition to capturing, monitoring, and decoding messaging, the drive test solution must be capable of making LTE RF performance related measurements. The drive test solution must provide a high-sensitivity GPS which will report position information in dense urban canyons, tunnels, and underground locations. The drive test solution must be capable of being powered off of a car cigarette lighter (12 VDC) or a wall electrical socket (120 VAC). The drive test solution must support the following technologies and frequency bands: a. LTE i. 700MHz Downlink (DL) and Uplink (UL) ii. 850MHz DL iii. 1900MHz DL iv. 2100MHz DL b. UMTS i. 850MHz DL & UL ii. 1700MHz UL iii. 1900MHz UL & DL iv. 2100 DL c. GSM i. 850MHz DL & UL ii. 1900MHz DL & UL d. cdma2000/EVDO i. 850MHz DL & UL ii. 1900MHz DL & UL iii. 2100MHz DL e. AWS (Advanced Wireless Services) i. 1700MHz UL ii. 2100MHz DL At a minimum, the drive test solution receiver that performs LTE measurements must be able to perform a power scan of one 5MHz carrier and provide a decode rate of 10 updates/second. At a minimum, the drive test solution receiver that performs CW measurements (in a 30KHz RBW) must be able to measure 500 channels per second in an average time of 2 milliseconds. At a minimum, the drive test solution spectrum analyzer in a 30KHz RBW and a span of 10 MHz with an Intermediate Frequency Bandwidth (IFBW) of 5 MHz should provide 14 updates per second. At a minimum, the drive test solution receiver that performs UMTS measurements for one RF carrier must be able to perform 26 measurements per second in an average of 1 second. The average Ec/Io (dynamic range) for the receiver that performs UMTS measurements should range between 0 and -20dB. At a minimum, the drive test solution receiver that performs GSM measurements shall perform a power scan of 1400 contiguous channels per second in 720 micro-seconds. At a minimum, the drive test solution receiver that performs cdma200 measurements for one RF carrier must be able to perform 21 measurements per second. The average Ec/Io (dynamic range) for a receiver that performs cdma2000 measurements should range between 0 and -25.5 dB. At a minimum, the drive test solution receiver that performs EVDO measurements for one RF carrier must be able to perform 29 measurements per second. The average Ec/Io (dynamic range) for a receiver that performs EVDO measurements should range between 0 and -15.5 dB. At a minimum, the drive test receiver shall contain the following functions: a. Spectrum Analyzer b. CW Channel Power Analyzer c. GSM Broadcast Channel Analyzer d. GSM Interference Analyzer e. UMTS Scrambling Code Analyzer f. Cdma2000/EVDO Pilot Analyzer g. Cdma2000 CDP Analyzer h. LTE Channel Analyzer At a minimum, the drive test solution shall accommodate Band Class (BC) 14 LTE UE which contains either an LG chipset or a Qualcomm chipset. If the drive test solution does not currently accommodate a BC 14 LTE UE the vendor must demonstrate that they have a plan to accommodate this type of UE and the vendor must supply an estimated date as to when this functionality will be available. The drive test solution must allow a BC 14 LTE UE to be connected to it, and it must be able to collect data that is emitted from the BC 14 LTE UE data port. It is desired that the drive test solution can accommodate a BC 13 LTE UE's as well. 8) Training on the LTE network analyzer solution shall be provided. 9) A commercial warranty shall be provided upon delivery of the equipment. 10) Software updates will be provided as they become available. 11) Customer support will be provided for the LTE network analyzer solution RFI INSTRUCTIONS This is not a solicitation, it is a Request for Information. The purpose of the RFI is to determine whether there are sources capable of satisfying the Government's requirements. No proposals are being requested or accepted under this synopsis. Interested sources must respond in writing, including company name, address, point of contact, email address, telephone number, business type (i.e. small, other than small business) and size (number of employees). Sources must provide information regarding their capability to meet the specification by filling out the attached specification matrix. Pertinent company information may also be provided. Responses will be treated separately from, and will have no bearing on any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. The response date for this market research is February 25, 2011. No collect calls will be accepted. All responses to this RFI may be submitted via e-mail to Susan Labovitz, Contract Specialist, at susan.labovitz@noaa.gov and/or by hardcopy to Contract Specialist Susan Labovitz, MC3, 325 Broadway, Boulder, CO 80305-3328. Note: The phone number for the Contract Specialist is (303) 497-7943.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NT910000-11-02554(SLL)/listing.html)
 
Place of Performance
Address: TBD, TBD, United States
 
Record
SN02378158-W 20110213/110211234024-bb0d0ac2d38b5565ed310ae0dc8bdb71 (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.