SOLICITATION NOTICE
58 -- Replacement of the Current Copper IFL with an L-Band Filter for the Ka-STARS Satelitte System
- Notice Date
- 8/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-00-0-0000
- Response Due
- 8/25/2006
- Archive Date
- 10/24/2006
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT FOR L-BAND FIBER OPTIC INTER-FACILITY LINK (FO IFL) 1. Purpose Project Manager, Defense Communications and Army Transmission Systems (PM DCATS), Fort Monmouth, NJ, is seeking information for a possible replacement of the current copper IFL with an L-Band fiber for the Ka-STARS satellite system from experienced provide rs and integrators of fiber systems and associated support services. The Ka-STARS terminal will operate in the military Ka-band on the Gapfiller satellite. PM DCATS provides worldwide support for the Joint Warfighters by providing dedicated strategic satellite ground components and long haul terrestrial microwave communication systems, technical control facilities, command center upgrades, and deployed forces infrastructure. Large and small businesses that are experienced in providing and integrating fiber solution systems and associated support services are requested to respond to this RFI. Small business is defined by North American Industry Association Classification System (NAICS) 334220, (750 employees or less). The Ka-STARS terminals include a 9.1 meter antenna and are deployed at fixed facilities worldwide. The Ka-STARS terminal after installation/integration of the Fiber Optic IFL shall comply with performance and environmental requirements per system specific ation A3194767. The Fiber Optic IFL shall be designed for distance up to 2 km. The Ka-STARS terminal will also be installed in High Altitude Electromagnetic Pulse (HEMP) hardened facilities. The HEMP integrity shall be maintained for these facilities an d shall be IAW MIL-STD-188-125. The IFL provides the communication, control and monitor signal lines along with the AC power between the Electronic Equipment Building (EEB) and the Antenna Group (AG) hardware. This RFI seeks existing, in production, fibe r solution systems that can be tested in December 2006 and be fielded in April 2007 timeframe. 2. Ka-STARS System Level Description: The Ka-STARS systems consist of Fixed Operation Group (FOG) subsystem, Antenna Group (AG) subsystem and the Interfacility Link. (See figure 1 below). a. Fixed Operations Group The Fixed Operations Group equipment include test equipment, operator console to control and monitor system, L-band converters to convert 70/700 MHz to L-Band frequency, b. Antenna Group The Antenna Group includes 9.1 meter Ka-Band antenna, Hub equipment to include hpas and LNA, control and monitoring equipment in the Riser, environmental control units to cool the Hub and Riser. c. Interfacility Link- The IFL includes communication signals, control and monitoring signals, telephone and alarm lines, and AC power for the Antenna Group. (See figure 2 below) Figure 1. Ka-STARS Layout Figure 2. Ka-STARS IFL 3. Ka-STARS System Requirements/Characteristics:: See System Specification A3194767 for complete set of system requirements. Parameter Specified Operational Availability 99.98% Hi availability achieved via redundancy of electronic components (block converters, LNA, HPA..etc) and auto-switchover capability. Transmit Frequency 30.0 to 31.0 GHz Receive Frequency 20.2 to 21.2 GHz Antenna Size 9.1 meter Thermal Noise EIRP -62 + Antena Gain with one modem/upconverter string Extraneous Emissions less than - 60dBc G/T 37.9 dB/K EIRP 85.1 dBW Intermediate Frequencies 1-2 GHz 70 MHz +/- 20 MHz Phase Linearity: Any 36 MHz BW Any 125 MHZ BW +/-0.4 radians +/-0.7 radians Amplitude Response: Any 36 MHz BW Any 125 MHZ BW +/-1.25 dB +/-1.5 dB Receive Stability +/-2.0 dB Number of Carriers (Tx/Rx) 48/56 Autoswitchover less than 200 msec Frequency Stability +/-2.7 x10exp-13 over 10exp4 sec Frequency Accuracy +/-4 x 10exp-12 HPAs 250 W air cooled linearized TWTA LNAs 120 K solid state Tracking System Monopul se KaSTARS System Power Budget: Critical Power Non-Critical Power Load Center Connected Load (VA) Connected Load (VA) Antenna Group 3,178 17,462 Fixed Operations Group (FOG) 13,230 7,200 Load Totals 16,408 24,662 Control Monitor and Alarm (CMA) Subsystem The Control, Monitor, and Alarm (CMA) subsystem provides for: a. Automatic and manual control of terminal equipment configuration and operation. b. Automatic equipment status monitoring and automated measurement of selected terminal communication links. c. Automatic equipment status, alarming, and fault isolation. d. Terminal performance measurements/tests. e. Access to the IETM. The CMA subsystem provides for on-line storage, editing, and display of equipment identification, and measured performance data, for equipment and tests. The CMA subsystem provides RF connections to a dedicated spectrum analysis device to allow for operat or visual monitoring of the composite uplink or downlink signal. The CMA provides for an operator enabled Automatic Failover Switching for redundant equipment (i.e Frequency Converters), from the occurrence of a failure by replacing the failed equipment with an operational, hot standby, redundant unit. Interactive Electronic Technical Manual (IETM) - The KaStars IETM functions as an integral part of the Satellite Communication Terminal (SCT) AN/GSC-70(V)1, providing the user with the operator and direct support maintenance concept. The IETM is launched automatically when a system malfunction condition is received by the Computer Monitor and Alarm system. The IETM includes narrative, figure, and tabular data providing the terminal user with general and descriptive information, operating, troubleshooting, and maintenance procedures, and the theory of operation. 4. Component Characteristics Receive Gain Chain: Item Gain (dB) Antenna 64.21 Feed -1.09 WG -0.47 LNA 50 WG -1.15 Cplr -0.5 WG -1.85 BDC Assy 10 Cable Wrap -2.8 Slope EQ -1.5 IFL xx IFLA/EQ 7 Coax Cable -1.6 Coax Cable -0.3 20-dB Coupler -1.9 2-Way Dvdr -3.4 Coax Cable -0.2 Var Atten -25 Coax Cable -0.1 Line Amp 38 Coax Cable -0.1 6-Way Dvdr -7 Coax Cable -0.1 Coax Cable -1 Coax Cable -0.1 Line Amp 39 Coax Cable -0.1 12-Way Dvdr -12.2 Coax Cable -0.1 Coax Cable -1 Transmit Gain Chain: Item Gain (dB) Antenna 66.92 Feed -1.1 WG -0.19 HPA Assy 60.5 WG -1.0 BUC Assy 10 Cable Wrap -3 IFLA/EQ 7 Slope EQ -1.5 IFL XX Coax Cable -1.3 Coax Cable -0.2 20-dB Coupler -1.9 2-Way Cmbr -3.4 Coax Cable -0.2 Line Amp 37 Coax Cable -0.1 Var Atten -20.00 4-Way Cmbr -6.8 Coax Cable -0.1 Coax Cable -1.5 Coax Cable -0.5 12-Way Cmbr -12.2 Coax Cable -0.1 Var Atten -18.1 Coax Cable -0.6 Coax Cable -1.3 Input Signal Input noise 10dbm max -150 dBm/Hz HPA Key Requirements: Parameter Requirement Operating Frequency 30.0 31.0 GHz Rated Output Power 50 dBm (100 W) at flange Two-Tone IMD -26 dBc at rated power Phase Linearity +/- .35 radians (125 MHz BW) Amplitude Variation 1 dB Peak-to-peak over 1 GHz Output Noise (Tx Band) -84 dBm/Hz max -90 dBm/Hz min Output Noise (Rx Band) -130 dBm/Hz Max Gain 50 dB min / 54 dB max Harmonics greater than -60 dBc Operating Temp 0 to 100% condensing Power Consumption 800 VA max LNA Key Requirements: Parameter Requirement Frequency 20.2-21.2 GHz Gain 50 dB +/-2 dB Noise Temperature RFAA: 120 K Max @ 23degC LNA Unit: 115 K Max @ VSWR (input/output) 1.20:1/1.25:1 max Out-of-band Gain 20 dB max (less than -18.2 GHz or greater than -23.2 GHz) Gain Compression 0.5 dB max for -47 dBm input Out-of-band Signal Level 0.5 dB max gain compression with -25 dBm signal (less than -18.2 GHz or greater than -23.2 GHZ) 3rd Order Intercept Point greater than - 23.0 dBm Phase Match/Phase Track Match within 10 deg @ 23 degC. Track within 10 deg over temperature Block Converter Key Requirements: Upconverter Downconverter Operating Freq. IF = 1-2 GHz RF = 30-31 GHz RF = 20.2-21.2 GHz IF = 1-2 GHz Gain 10 dB 10 dB Pout 1dB/OIP3 +21 dBm/+27 dBm +20 dBm/+30 dBm Phase Linearity +/-.35 radians (125 MHZ BW) +/-.35 radians (125 MHZ BW) Amplitude Variation 1 dB Peak-to-peak over 1 GHZ 1 dB Peak-to-peak over 1 GHZ Spurious Carrier related = -65 dBc Non-carrier related = -90 dBm Carrier related = -65 dBc Non-carrier related = -88 dBm Noise Figure 20 dB 20 dB Redundancy Yes Yes Off-line test path Yes Yes 5. Information Requested Interested companies should furnish the following information: a. Name, address, and Contractor and Government Entity (CAGE) code of your company. b. Point of Contact (Name address, phone number, and e-mail). c. Available product brochures, specification sheets, photographs, illustration and technical descriptions that describe your companys current product that most closely match these capabilities. d. A White Paper or power point presentation (no more than 20 pages in length) describing and providing layout/integration of fiber equipments with the Ka-STARS terminal and addressing compliance with ka-STARS system specification requirements to include link budget analysis. e. Non-Recurring engineering cost to develop and provide 1 fiber modification kit and associated product data. Note this kit does not include the HEMP power filters. f. Approach and associated cost to document the logistics info. g. Approach and associated cost to implement remote control and monitoring of fiber equipment. h. Cost for production kits. i. Cost for HEMP power filters j. Provide a schedule that meets testing in December 2006 and a Fielding in April 2007. 6. Disclaimer This RFI is for informational purposes only and does not obligate the Government to implement or acquire any Satellite Modem System, equipment or service addressed in any information received, or change any acquisition strategy. This RFI does not obligate the Government for cost reimbursement for preparation of response. 7. Points of Contact Please furnish the above requested information not later than 25 August 2006. Submit your response in Adobe Acrobat? .pdf or Microsoft Office? files to: Vernay.Salas@mail1.monmouth.army.mil or Wendie.Patterson@mail1.monmouth.army.mil General questions should be directed to Robert Ballon via e-mail at Robert.Ballon@us.army.mil or by phone at (732)-532-0723. Interested parties should contact Wendie Patterson via the following email address: Wendie.Patterson@us.army.mil to obtain the system specification for Ka Band Satelitte and Receive Systems .
- Place of Performance
- Address: US Army Program Manager, Defense Communications and Army Transmission Systems (PM, DCATS) ATTN: SFAE-PS-TS-DCS, Building 209 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01108289-W 20060809/060807220730 (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 |