SOLICITATION NOTICE
58 -- IR Communication
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-07-R-0092
- Response Due
- 6/7/2007
- Archive Date
- 7/7/2007
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston intends to negotiate a sole source follow-on contract with Torrey Pines Logic, Inc. (TPL), 3525 Del Mar Heights Road STE 581, San Diego, CA 92130-2122. TPL will provide enhancements to the existing infrared (IR) communications prototype devices. TPL will provide documentation detailing system (i.e. drawings, setup guides, user-manual, etc). The system must meet the below requirements: Common Requirements (Directional/ Omni-direction) 1.The system must be an Infrared (IR) Light Emitting Diode (LED) communications system. 2.Non-detectable, eye-safe, HERO (Hazards of Electromagnetic Radiation to Ordnance) (safe around ordnance), HERP (Hazards of Electromagnetic Radiation to Personnel) (safe around people), HERF (Hazards of Electromagnetic Radiation to Fuel) (safe around fuel). 3.The system will allow simultaneous and multiple communication channels using common protocols. Each system will provide this capability. 4.Allow for National Security Agency (NSA) Type One approved data encryption and compression 5.Ruggedization of equipment to withstand shipboard shock, vibration, and EMI standards; and meet military standards for resisting weather, heat, and sea water exposure. 6.The proposed solutions shall not require additional optics, gimbals, or external equipment other than the IR LED system (power included). The system must be operational 24/7 and allow ship to ship communication under sea state 5. 7.The system is easy to use and does not require pin point accuracy. 8.The system will also allow provide distant measuring to an accuracy of at least 1mm. The ship personnel will be able to remotely view this data. 9.A working prototype unit must be available and delivered no later than 30 September 2007. Directional Requirements 1.Lightweight (less than 2 lbs) 2.Low-cost (a projected cost of less than $5 K per system) 3.Must be able to at least attach to Navy standard optical equipment (e.g., Big Eyes binoculars) 4.If commecial off the shelf optics (i..e. binoculars or spotting scopes) are used, the IR LED communication system will be condensed down so that communication system is integrated into the binoculars, spotting scope, etc. for a self-contained system. The system must provide point-to-point digital voice, video, and data communication at data rates of at least 1 MB or more and a range of 5 miles. 5.The system should be at least TRL 7 6.Able to broadcast a large area 7.Since the Big Eye binoculars contain an internal filter blocking light wavelengths above 1000 nm, the solution must be able to accommodate the wavelength requirement. The only eye safe lasers as regulated by the Federal government operate in the 1550nm frequency which would not pass enough energy through the Big Eyes for any viable communication solution. 8.Draw no more than 1 Watt Omni-directional Requirements 1.Lightweight (less than 10 lbs). 2.Low-cost (a projected cost of less than $30 K per system) 3.The system must provide point-to-point digital voice, video, and data communication at data rates of at least 1 MB or more and a range of 500 ft 4.Draw no more than 25 Watts 5.The system will be no more than 12 inches in diameter The contractor shall also update packaging requirements, to include beam splitter and light emitting diodes, in accordance with environmental and safety certifications. The contractor shall also modify and enhance transmission to comply with the Navy system security requirements and accreditation for technology prototypes. The contractor shall perform R&D to advance the current IR communications capability, including the design, development, and demonstration of new communication prototype devices to encompass extended distances, omni-directional coverage and increased data rates. TPL, with guidance from SPAWARSYSCEN Charleston, will explore advance concepts in IR communications, including the following: single-scope, omni-directional units; relay units; miniaturized units; and high-power light emitting diodes. The proposed solutions shall leverage existing IR communications technology, which may or may not attach to existing military optical devices, and transmit and receive digital voice, video, and data through the optical device. How the device is integrated will depend on how the system is intended to be used, directional or omni-directional. The proposed solutions shall not require additional optics, gimbals, or external equipment other than the IR device itself (power included), and the proposed solutions shall be eye-safe, low-cost, and non-detectable. An Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed-Fee, Performance Based type contract is anticipated for a base year with four (4) one-year option periods. This Notice of Intent is NOT A REQUEST FOR COMPETITIVE PROPOSALS. The applicable North American Industry Classification System (NAICS) Code is 541710 and the size standard is 500 employees. This announcement is not a request for competitive proposals. Any questions relating to this announcement are due 15 days from the date this notice is published. POC is Don Bickford, Code 026DB, telephone (843) 218-5949; fax (843) 218-5947; or e-mail address don.bickford@navy.mil. Reference NOTE 22.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=EEBA304940170100882572E4004F5CE0&editflag=0)
- Record
- SN01301755-W 20070525/070523230538 (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 |