SOURCES SOUGHT
58 -- Broadbamd singal Recorder
- Notice Date
- 2/26/2007
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-251226
- Response Due
- 3/13/2007
- Archive Date
- 3/28/2007
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division, Webster Field Annex is surveying the commercial vendor community for all interested parties in the intended procurement of a Broadband Signal Recorder and Generator as required by the Atlantic Test Range (ATR), also part of NAWCAD. The ATR has tasked the SCR Division to integrate and demonstrate, the functionally of a signal generator for use as a communications simulator. The Broadband Signal Recorder and Generator must be capable of synthesizing, generating, and recording complex broadband signals and environments to test and simulate, high-speed communication systems and components. It must generate and record signals with instantaneous bandwidths up to 120MHz at RF with a typical spurious free dynamic range (SFDR) of 45dBc. Operating frequency band must be 2.0 MHz to 2.4 GHz. The broadband signal recorder and generator must have analog input and output signals that receive and transmit at the same center frequency. It must have simultaneous operation of record and playback capability. The maximum RF output power must be 0dBm relative to sinusoid output. It must include an integrated computer controlled wideband attenuator into output channel with 63dB attenuation range in 1dB steps. The maximum RF input power without front-end attenuation is 0dBm to sinusoid input. The recorder must be able to record up to 5 seconds of RF data, be able to store the data, and be able to replay the data in a continuous loop without wrap-around glitches. Input and output impedance must be 50 ohm compatible. The broadband signal recorder and generator must fit into a 19-inch rack mount, with a maximum height of 13 inches and a maximum depth of 28 inches. The total weight of the system can not exceed 80 pounds. The equipment must operate on 115 Vac power, with a maximum current draw of 6-Amperes. The minimum hard drive space required is 73 GByte and the minimum memory required is 2GByte. The equipment must be Ethernet capable (10/100baseT), provide four USB ports and two serial COM ports, as well as a DVD-RW capability. The equipment must be able to create the following complex signal types: PSK, FSK, QAM, CDMA, EDGE, GSM, IS 95, IS 136, pulses, tone combs and phase modulated tome combs, as well as white Gaussian noise and spectral pedestal and notch noise. The equipment must be able to transmit these complex signal types, as well as CW, AM, FM, SSB. The signal generator must also be frequency agile. The signal generator must provide Audio Inject that would allow the operator to input audio to the transmitted signal via standard microphone. Dual audio output is required for recording and monitoring. The equipment must be able to control a 6-port amplifier input switch and a 2-port antenna select switch (both of which are TTL). The recorder/analyzer must be able to display spectrum, time and parameter strip chart plotting, as well as log this data to file. The recorder/analyzer must be able to measure and display channel power and adjacent channel power. At a minimum, the recorder/analyzer must be able to demodulate PSK and QAM, and display constellation plots, eye plots, and various parameters such as error vector magnitude, I/Q imbalance, eye closure, carrier power and frequency, symbol rate and symbol rate error. Optional demodulation capabilities should include AM/FM/PM, ASK and ASK Burst, FSK and FSK Burst and pulse. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website, located at www.fedbizops.gov. It is the potential offertory?s responsibility to monitor this site for the release of any follow-on information. This is a Sources Sought, and feedback from industry is also sought on our requirements as stated in this synopsis. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested parties are requested to submit a capabilities statement of no more than 5 pages in length, and demonstrate their ability to provide the requirements listed above. All data received in response to these sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. It is highly encouraged that capability statements be submitted electronically to the designated Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following email address: patricia.rivenbark@navy.mil. Alternatively, the capability statement may be sent by mail to the following address: Department of the Navy, Contracts Group, NAWCAD, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, attn: Patricia Rivenbark. The information may be faxed to 301-995-8545, attn: Patricia Rivenbark, Code, 2.5.1.2.2.6. Telephone and other means of oral communication requesting information will not be permitted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
- Place of Performance
- Address: Bldg 8115 villa Rd., St. Inigoes, MD
- Zip Code: 20684
- Country: UNITED STATES
- Zip Code: 20684
- Record
- SN01239257-W 20070228/070226225738 (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 |