Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

70 -- Direction Finding System

Notice Date
5/19/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-10-R-0075
 
Response Due
5/24/2010
 
Archive Date
6/23/2010
 
Point of Contact
Point of Contact - Erica Smoak, Contract Specialist, 843-218-4797; Paula Somers, Contracting Officer, 843-218-5976
 
E-Mail Address
Contract Specialist
(erica.smoak@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REFERENCE NUMBER: N65236-10-R-0075 This notice is posted as notification of the government's intent to issue solicitation N65236-10-R-0075 as a sole source commercial item contract pursuant to FAR 13.5 to L-3 Communications Applied Signal and Image Technology, Inc. 613 Global Way, Linthicum Heights, MD 21090. This procurement covers tactical Direction Finding (DF) systems. The concept is a system that shall passively determine a line of bearing (LOB) to a radio frequency (RF) energy source in the 20 MHz to 3 GHz range. Supplier shall be able to provide sound design concepts for the DF capability including the following requirements. The DF system will be used in man-portable and mobile operations. The product must be in production as a Commercial Off- The-Shelf (COTS) item. DF System: 1. The system shall withstand operating temperatures from 0C to +50C. 2. As an objective, the DF system shall operate over a temperature range of -10 degrees to 55 degrees C. 3. The system shall withstand non-operating temperatures from -40C to +60C. 4. The system shall withstand non-condensing humidity from 5 % to 95%. 5. The system shall operate from sea level to 15,000 feet. 6. The system shall operate with shocks to 2.5g, 11ms, sine. 7. The system shall withstand non-operating shocks to 10g, 11ms, sine. 8. The system shall withstand operating vibrations up to 2 grms, 5- 500 Hz random. 9. The DF system shall support a DC power from a range of 10 40 volts. 10. The DF system shall provide RMS accuracy not exceeding 10 for a 1 second duration signal at any one frequency. 11. The DF system shall achieve specified accuracy when the field strength is 10V/m or greater. 12. The system shall be resistant to externally generated radio frequency interference (RFI) IAW with MIL-STD 461E, tests CE102, CE106, CS101, CS103, CS114, CS115, CS116, RE102, and RS103. 13. The direction finding system shall be reconfigurable to minimize angle error over a preferred frequency range 14. The direction finding system shall have a profile that is concealable or can be camouflaged. 15. The DF system weight shall not exceed 20 lbs, exclusive of mounting apparatus, masts or power source. 16. The DF system power requirement shall not exceed 20 watts when fully operational. 17. The DF system shall support configuration and data acquisition with a laptop computer via a TCP/IP connection. 18. The DF system shall support configuration and data acquisition via a RS-232 and/or USB interface. 19. The DF system shall be able to initiate a DF measurement within 100 ms from an external tip-off. 20. The DF system shall provide listen through capability simultaneously with DF measurements. 21. The DF system shall include an electronic compass for orientation calibration. 22. The DF system shall include GPS location capability and time synchronization. 23. The DF system shall support Differential Global Positioning System (DGPS) location capability. Antenna: 24. Energy sensing device weight shall not exceed 17 pounds. 25. Antenna size shall not exceed 22.0 inches in diameter and 12 inches in height. 26. The antenna size shall not exceed 5 cu ft in a cylindrical volume Receiver: 27. The DF receiver subsystem shall support a scan rate of at least 40 channels per second. 28. As an objective, the DF receiver subsystem shall support a search rate of at least 1 GHz per second. 29. The DF receiver subsystem shall support CW, SSB, FM and AM signal types 30. The DF receiver subsystem shall be capable of hosting alternative signal types with the primary focus on simple signals and an objective to include digital modulated signals. 31. The DF receiver subsystem shall support bandwidths of 0.5, 3, 6, 15, 50, 200 kHz 32. As an objective, the DF receiver subsystem shall support a bandwidth of 1 MHz. 33. The DF subsystem shall support a signal dynamic range of 75 dB or more. Processor: 34. The DF processor subsystem shall be able to integrate separate measurements, up to at least 30, for enhanced accuracy. 35. The DF subsystem shall provide internal storage for 100 lines-of- bearings or more with time stamps. 36. The DF subsystem measurements shall be formatted to support geolocation with measurement from additional DF subsystems. 37. The DF subsystem shall provide Built-in-Test (BIT) to the card or interface level. A firm fixed price contract is anticipated. The proposed contract contains a period of performance of 14 weeks. The North American Industry Classification System (NAICS) code is 334511 and the small business size standard is 750 employees. This notice of intent is not a request for competitive proposals and no solicitation is available at this time. Interested parties must respond in writing with sufficient information to establish capability to fulfill the requirement within five (5) calendar days of this publication. Verbal responses are not acceptable and will not be considered. A determination by the government not to compete this action based on responses received is solely within the discretion of the government. Responses should be submitted via email to Erica Smoak at erica.smoak@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-10-R-0075/listing.html)
 
Record
SN02154367-W 20100521/100519235124-dffcd519a0cbf8acc3556a7525145536 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.