SOLICITATION NOTICE
60 -- CR3 Coherent Rayleigh Interrogator Systems
- Notice Date
- 7/12/2012
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
- ZIP Code
- 00000
- Solicitation Number
- N6660412Q2396
- Response Due
- 8/3/2012
- Archive Date
- 8/18/2012
- Point of Contact
- Andrew Nagelhout 401-832-3844 Diane Christensen
- E-Mail Address
-
christensen@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Note: The Naval Undersea Warfare Center, Division Newport, Rhode Island is accepting quotes or proposals via submission through NECO. NUWCDIV Newport, RI intends to place a fixed priced contract solicited on a sole source basis for two (2) CR3 Coherent Rayleigh Interrogation Systems customized to meet the following minimum requirements: 1. Data outputs Simultaneous access to digital data at various points in the processing stream. -Demodulation: Fully demodulated phase output in radians or delta radians format -I, Q data output: Has the ability to store both in-phase and quadrature raw data -Raw detector data: Has Ability to synchronously record directly from the detector(s) minimum 50MS/s, minimum 14bits 2. Interrogation controls. Ability to independently vary the following (when applicable to candidate system). -Launch Pulse power -Pulse width shall be variable in 10 ns increments, varying from a minimum less than or equal to 10 ns to a maximum greater than or equal to 10,000 ns -Launch Pulse repetition rate 1 Hz to 100 KHz -Receiver (or receive amplifier) gain or attenuation -Sensor Sample rate -Fiber lengthReturn power control 3. Fiber connector access for the following system modifications. -Use of an alternative laser source -Use of an alternative optical pulser 4. Performance/Processing features. -Phase noise for first 3km (on unfaded zones) less than -80 dB re 1 rad/rt-Hz, (at 20ns or greater pulse widths) -Minimum spatial resolution (ie zone size) of less than 2m, with ability to change to larger zones without replacing compensator (if applicable). Adjacent zones have a maximum cross talk of 30dB. -Dynamic optical tuning on receive signal to compensate for fiber loss over interrogation span. (15dB tuning range at 1MHz update rate) -Optical detection bandwidth 60MHz min -Minimum spatial sampling of 2m -Linear operating range of 50dB (within +/- 3 percent tolerance) for a maximum signal of 12dB re 1rad at 100Hz. -Lissajous error correction for offset and gain imbalance -Monitoring for Lissajous collapse/Rayleigh signal fading and data correction 5. Documentation: Detailed description of signal conditioning performed by system. Alternatively, system source code (eg. processing routines) will be accepted. -Launch pulse shaping / modulation -Analog processing: filtering, mixers, etc (eg. details on filter type/taps/corners) -I/Q extraction from raw return: In sufficient detail such that results can be reproduced from the raw data recording (only applicable for digital demodulator systems). -I/Q balancing and fading determination routines description -Has I/Q balancing and fading determination routines description -Processing routine used to extract phase from I/Q. (eg. Smoothing/filtering) 6. Hardware -Has E 2000 high power connector for fiber under test -Mountable in a 2 post, 19in equipment rack, occupying 12U max. Max depth of 29 inches. Mounting hardware included with delivered product. -Has powered off of standard 120V wall plug, 5 amp max consumption 7. Host PC -Desktop PC computer for setting system parameters and capturing data specified in section 1. Final delivery shall include software disks, allowing the user to (re)install software as needed. -Computer must be a 64-bit Windows 7 Professional Operating System. -Must have data acquisition card, data acquisition card software -Processor Intel Core i7 -2600 w/VT (3.4 GHZ, *MB Cache) -24GB of Dual Channel DDR3 1333MHZ SDRAM -Hard Disk Drives (HDD) 4TB total capacityOptical Drive 16X DVD +/ - RW END OF MINIMUM REQUIREMENTS It is expected to place a purchase order with Optiphase Inc. They are the only known source that can supply an interrogator system that meets these minimum requirements. Delivery will be 60 days from award at the latest. This acquisition will be processed using FAR Part 13 Simplified Acquisition Procedures. This procurement is Small Business Set Aside. NAICS Code 334516, size standard 500 employees. Further details will be released upon issue of RFP # N66604-12-Q-2396, which is anticipated to be on or about July 31, 2012. Any interested source may submit an offer which will be considered. For additional information on this acquisition, please contact Andrew Nagelhout at 401-832-3844, or andrew.c.nagelhout@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660412Q2396/listing.html)
- Record
- SN02801983-W 20120714/120713000518-ee9153f31d15d0dd7461ffd03296be3d (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 |