SPECIAL NOTICE
99 -- Request for Information - Full Motion Video Transceiver
- Notice Date
- 2/22/2012
- Notice Type
- Special Notice
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236_SNOTE_0003E3AE
- Archive Date
- 3/8/2012
- E-Mail Address
-
Contract Specialist
(paula.somers@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information - Full Motion Video Transceiver rESPONSES ARE DUE: 8MAR 2012 SPAWAR System Center Atlantic is seeking information on a compact and highlycapable transceiver as part of a Full Motion Video (FMV) system to be installedon an H-1 rotary wing aircraft platform. The digital transceiver shall beCommercial Off-The-Shelf (COTS)/Non-developmental and available/producible insufficient quantity to deliver up to sixty-five (65) units within 12 months ARO. For the purposes of this request, "the system" is used to describe theintegrated entity composed of the FMV system components (transceiver, radiofrequency equipment and antennas), mission computers, multifunction displays(MFDs), dual function displays, video recorder, cables, Ethernet switch,filters, radio frequency switches, low noise amplifiers, and mounts. Desiredsystem capabilities are provided here to clarify intended use of thetransceiver when integrated with other components. Information is sought for the TRANSCEIVER ONLY at this time. TRANSCEIVER REQUIREMENTS: TRANSMISSION:1. The transceiver shall transmit FMV on L, S, C, and Ku bands frequencies.2. The transceiver shall be capable of simultaneous transmission of a singlesource signal on two different frequency bands. RECEPTION:3. The transceiver shall receive FMV on L, S, C, and Ku band frequencies. INTEROPERABILITY:4. The transceiver shall have the internal growth capacity to support futureexpansion of the CDL Waveform to multiple frequency bands.5. The transceiver shall have the internal growth capacity to supportband-efficient CDL (BE-CDL) Waveform.6. The transceiver shall be Joint Interoperability Testing Command (JITC)certified for STD-CDL waveform compliance. ENCRYPTION:7. The transceiver shall provide user-selectable encrypted and unencryptedoperation.8. The transceiver shall employ NSA Type 1 encryption certification and utilizeNSA-approved Advanced Encryption Standard (AES) algorithm.9. The transceiver shall provide user-selectable 128 and 256 bit AES algorithmencryption options.10. The transceiver shall have a Government approved method of encryption keydistribution. METADATA HANDLING:11. The transceiver shall receive, process, and transmit metadata and supportthe metadata set prescribed by MISB STD 0902 and MISB STD 601.4. INTEGRATION:12. The transceiver shall integrate directly with the platform Mission Computerby providing a single, packet-based direct connection link between transceiverand Mission Computer to support transceiver control and video exchange.13. The transceiver shall integrate aircraft GPS inputs to facilitate RFTRACKING.14. The transceiver shall not require forced air cooling.15. The transceiver shall provide Built-In-Test (BIT) status, transceiver andRFE status, RFE and low noise amplifier power levels, Link Lock, Data Lock andLink Signal Strength via the Mission Computer for display on the MFDs. VIDEO COMPRESSION/DECOMPRESSION:16. The transceiver shall decode all Motion Imagery types that are defined inSTANAG 4609 up to and including MISM-L9.17. The transceiver shall process NTSC video.18. The transceiver shall encode and decode MPEG-2 compression and H.264compression. WAVEFORMS:19. The transceiver shall transmit and receive analog FM waveform in C, L, andS band frequencies.20. The transceiver shall transmit and receive Tactical waveform and 466ERwaveform.21. The transceiver shall transmit and receive STD-CDL Specification Rev Hwaveform in Ku band frequency. COMPLIANCE:22. The transceiver shall comply with MIL-STD 704D.23. The transceiver shall comply with MIL-STD 810.24. The transceiver shall comply with MIL-STD 462D.25. The transceiver shall comply with MIL-STD 202.26. The transceiver shall comply with MIL-STD 301.27. The transceiver shall comply with MIL-STD 882.28. The transceiver shall comply with MIL-STD 217F. SIZE/WEIGHT/POWER REQUIREMENTS:29. The transceiver shall not exceed 12 lbs. (including mounting hardware).30. Total volume of the transceiver shall not exceed 250 cubic inches. Themaximum dimension on any side shall not exceed 10 inches (including connectors)and one dimension shall not exceed 5 inches and be exclusive of anyconnectors.31. The transceiver power requirements shall not exceed 50 watts.32. The transceiver shall operate on 28VDC aircraft power as supplied via theaircraft nonessential bus. E3 (Electromagnetic Environment Effect):The transceiver shall comply with the following from MIL-STD-461F.33. CE102, Conducted Emissions, Power Lines: The transceiver shall comply withthe requirements of MIL-STD-461F CE102.34. CE106, Conducted Emissions Antenna Terminal: The transceiver shall complywith the requirements of MIL-STD-461F CE106.35. RE102, Radiated Emissions, Electric Field: The transceiver shall complywith the requirements of MIL-STD-461F RE102 utilizing the limit for Helicopterapplications.36. CS101, Conducted Susceptibility, Power Leads: The transceiver shall complywith the requirements of MIL-STD-461F CS101.37. CS104, Conducted Susceptibility, Antenna Port, Rejection of UndesiredSignals: The transceiver shall comply with the requirements of MIL-STD-461FCS104.38. CS115, Conducted Susceptibility, Impulse Excitation: The transceiver shallcomply with the requirements of MIL-STD-461F CS115.39. CS116, Conducted Susceptibility, Damped Sinusoidal Transients: Thetransceiver shall comply with the requirements of MIL-STD-461F CS116.40. RS103, Radiated Susceptibility, Electric Field: The transceiver shallcomply with the requirements of MIL-STD-461F RS103 utilizing the criteria forNavy Aircraft External applications (200 V/m). TEMPEST:41. The transceiver shall comply with the requirements of CNSSAM TEMPEST 01-02. RELIABILITY AND MAINTAINABILITY:42. Transceiver failures shall be detected through a combination of Power OnBIT (PBIT), Continuous BIT (CBIT), Initiated BIT (IBIT), and Maintenance BIT(MBIT).43. Transceiver Built in Test shall provide a Fault Detection rate of 98% orgreater, a Fault Isolation rate of 99% or greater, and a False Alarm rate notto exceed 5%. SYSTEM CAPABILITIES:1. The system shall have a demonstrated air-to-air line of sight transmissionrange of at least 40 NM to a co-altitude receiver on either Ku or C bandfrequencies.2. The system shall have a demonstrated air-to-ground line of sighttransmission range of at least 10 NM on both Ku and C band frequencies.3. The system shall provide control of transceiver and amplifier power levelsthrough the Mission Computer via the pilot displays.4. The system shall support an IUID plan in accordance with MIL-STD-130N.5. The system shall support two or more antenna, each providing half duplexcapability.6. The system antenna will be multiband and provide transmit and receivecapabilities in all frequency bands supported by the RFE.7. Mean Time To Repair (MTTR) the system at the O-level shall not exceed 1.5hours.8. The system shall be Motion Imagery Laboratory certified for MISP compliance. SUBMITTALSAll information received will be treated as public knowledge; therefore,vendors should not submit proprietary information in response to this RFI.Specific information sought includes: 1. Company information, including name, address, and URL. 2. Whether the company is a manufacturer or distributor. 3. A point of contact for follow-up information (phone number and emailaddress). 4. Product name and a brief description. 5. Please provide any relevant system verification and test results. 6. Please indicate the level of training and user support that is available. 7. Lead time for ordering information. The information received shall be reviewed to conduct objective, comparativeassessments and validation of available equipment and/or systems. A NOTEREGARDING THIS REQUEST FOR INFORMATION: This RFI is for information gatheringand planning purposes only, and should not be construed as a Request forProposal (RFP) or solicitation of an offer. The Government DOES NOT intend toaward a contract on the basis of this RFI or otherwise pay for the informationsolicited. A Word document is attached and available on our e-commerce websitehttps://e-commerce.sscno.nmci.navy.mil. If you encounter issues regardingaccess to the websit, please contact the webmaster. Responses to this RFI are to be submitted by noon, Eastern Standard Time (EST)on 8 Mar 2012. E-mail your non-technical contract related questions to Ms. Paula Somers atpaula.somers@navy.mil E-mail your technical questions and responses to the technical point ofcontact: Douglas Eichinger,at douglas.eichinger@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/34cee328541053a93492cc551e35a1fe)
- Record
- SN02680930-W 20120224/120222235517-34cee328541053a93492cc551e35a1fe (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 |