SOURCES SOUGHT
58 -- Tri Band satellite communications earth terminal
- Notice Date
- 7/22/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB0702RA028
- Response Due
- 8/5/2002
- Point of Contact
- Evonne Lipscomb, (732) 532-3925
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Evonne.Lipscomb@mail1.monmouth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA DESC: PM WIN-T is seeking information regarding tri band (C, X, and Ku) satellite communications earth terminals and satellite emulators to be deployed in tactical environments. The source of earth terminals must meet the performance and environmental re quirements summarized below. The terminals should be based on existing, tested, earth terminal hardware and software. These terminals will be used to fulfill an immediate need and offerors must be ready to begin deliveries of 11 terminals approximately 9 m onths after contract award. It is also highly desired that the terminal operate in Ka- band to be used by the Wideband Gapfiller System (WGS), or be expandable to easily incorporate Ka- band capability at a later date. The terminals are required to have D SCS, INTELSAT, JITC, MTMC (Transportability) and Safety Certifications prior to delivery. During scheduled Information Exchange Meetings potential offerors should be prepared to provide a description of the product they intend to propose and to describe h ow their product and program management approach will enable the Government to verify that all specification requirements have been satisfied within the designated nine (9) months after contract award. Terminal Requirements: A transportable tactical satellite communications terminal that operates in the SHF (C-, X-and Ku-Bands). Transmit - C-Band: 5850-6425 MHz, X-Band: 7900-8400 MHz, Ku-Band: 14.0-14.5 GHz. Receive - C-Band: 3625-4200 MHz X-Band: 7250-7 750 MHz Ku-Band: 10.95-12.75 GHz over commercial and military satellites. The terminal modem must operate up to 20 MB/s. Ka-band operation is envisioned as a potential terminal upgrade. The terminals must be compatible with legacy Ground Mobile Forces (G MF) Satellite Terminals and Air Force GMT terminals. The terminals will be integrated onto one (1) primary Expanded Capacity Vehicle (ECV) and one (1) support (ECV). Support for four full duplex links deployed in hub-spoke, mesh, and point-to-point con figuration modes is required. A computer based control, monitor, and alarm (CMA) system, with an optional remote capability is desirable to provide for ease of operator set-up, operation and maintenance. Capability for a remote external computer, and the Integrated Monitoring and Power Control System (IMPCS) to extract status and control certain functions of the terminal is required. The terminals must be transportable by land, sea, air (C-130/C-141 Roll on/Roll off), and rail. They shall operate worldwid e with any spacecraft of the Defense Satellite Communications System (DSCS), North Atlantic Treaty Organization (NATO), SYRACUSE, International Telecommunication Satellite Organization (INTELSAT), Pan American Satellite Organization (PANAMSAT), SKYNET4, Hi spanic Satellite (HISPASAT), Wideband Gapfiller System (WGS) and Domestic satellites. They shall operate as a standard G Terminal at C-Band in accordance with (IAW) IESS-601 and a standard E-1 Terminal at Ku-Band IAW IESS-208. Maximum Linear EIRP requireme nts are: C-Band 59.0 dBW; X-Band 67.0 dBW; and Ku-Band 66.5 dBW.. The antenna will provide for autotracking (0.5 dB), memory tracking and Automatic Satellite Acquisition. G/T - C-Band: 16.5 dB/K+ 20 log 10 f/3.4 dB/K, X-Band: 22.0 dB/K+ 20 log 10 f/7.2 5 dB/K, Ku-Band: 25.0 dB/K + 20 log 10 f/10.95 dB/K. The RF portion of the terminal shall meet MIL-STD-188-164A and the modem shall meet MIL-STD-188-165A. The security architecture shall be consistent with the current networks (TRI-TAC, MSE, and DDN) and with the objective network adopted for the evolving Warfighter Information Network (WIN). The terminal must operate with the following power sources: integral 10 kW TQG Generator, vehicle DC power and externally supplied AC power. Bandwidth change must be accomplished by the exchange of the antenna feed and not by the exchange of the entire RF suite for bands C, X and Ku. A software Network Management Tool is desired. An MTBCF of 1500 hours is required. An MT TR of thirty (30) minutes or less at the Unit Level of repair and 60 minutes or less at the Direct Support Level is required. Environmental Requirements include: Temperature Range, (non-operational -40?C to +71?C) (operational -32?C to +49?C), Relative Hu midity (5% to 100%), Blowing Snow, Sand, and Dust, Rain, Transportation Shock (drop test and rail impact test), Transportation Vibration (Munson Road), static and live flight (helo lift), Slinging/Tie Down per MIL-STD-209 and operation in winds (45mph with gusts up to 60mph). The system must be maintained in a military environment (by soldiers deployed on a mission) and must be logistically supportable throughout its intended life. Potential offerors are requested to provide copies of existing technical ma nuals and training materials that were developed for and are in use with the terminal and emulator they will propose. These materials must be presented during the one-on-one meeting with the Government. If possible, potential offerors are also requested t o submit a completed DII-COE compliance checklist applicable for the terminal they plan to propose. This checklist must be presented during the one-on-one meetings or offerors must provide the Government with a proposed future submission date. Emulator Requirements: An emulator is needed to provide maintenance and training personnel an alternate means of simultaneous operation of up to five (5) terminals (4 spokes and 1 hub) at any time without accessing active satellites. The emulator must ope rate with the terminal. The emulator must be a pole and/or platform mountable Super High Frequency (SHF) tri-band transponder designed to provide actual operation of Frequency Division Multiple Access (FDMA) links between collocated terminals in a clear ( unjammed) environment. The emulator must provide translation from uplink to downlink frequency and translation from uplink to downlink polarization for all bands. The emulator must provide simulator beacon signals for select C-, X- and Ku-Band satellites . The emulator must have a logistics support system that in general follows the logistics support specified for the terminal. The emulator must be able to be installed, operated, and maintained by the terminal operator. This sources sought announcement is not a request for proposals or invitation for bids. All data received in response to this announcement will be fully protected from release outside the Government and its support contractors. Suppliers capable of prov iding the earth terminals and emulators described above should fax or send information to: Mr. Thom Nelson (telephone 732-532-2306, fax 732-532-5480). Mailing address is PM, WIN-T, Bldg 912, SFAE-C3T-WIN-MST (Attn: Thom Nelson), Fort Monmouth NJ 07703. Al l information should be submitted within fourteen (14) calendar days of the posting of this announcement. To set up an Information Exchange Meeting with PM, WIN-T also please call Mr. Thom Nelson. Alternate telephone numbers for assistance are X3677/2220 /3115.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00122621-W 20020724/020722213508 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |