Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SPECIAL NOTICE

99 -- Miniature, Tactical Receiver Solutions RFI

Notice Date
5/30/2014
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_00098A72
 
Archive Date
6/20/2014
 
E-Mail Address
Contract Specialist
(adam.christopher1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Description Request for Information (RFI) Miniature, Tactical Receiver Solutions DUE: 20 JUNE 2014 NLT 2:00pm EST The Space and Naval Warfare Systems Center Atlantic (SSC-LANT) is seeking information about commercial off-the-shelf (COTS) miniature, tactical receiver solutions that are at technical readiness level (TRL) 7 or higher. Solutions acceptable for consideration include RF tuners, RF digitizers, and end-to-end receivers or Software Defined Receivers (SDRs). The receiver solution will be embedded within an environmental enclosure, but still must meet minimum temperature, shock, and vibration requirements. The miniature, tactical receiver solution shall provide radio frequency (RF) coverage from 30 to 6000 MHz (frequency extenders are acceptable) to allow digitization of VHF/UHF/SHF signals. The final system will provide 4 independent channels of RF down conversion, high speed digitization, and optional post digitization processing. The total package (four channels, end-to-end reception through digitization) must adhere to tactical, environmental conditions and be constrained within an 80 inch3 space while weighing less than 8 pounds. The processing entities must be easily programmable and accessible. Software interfaces for receiver control and streaming I/Q data must also be available. SSC-LANT is only interested in information on devices currently available for tactical environments or easily adaptable from an existing system to these environments. Vendor must be able to demonstrate that the systems operational capability includes as many of the listed requirements as possible. Test location, environment, and conditions are at the discretion of SPAWAR Systems Center Atlantic. Responses should include availability, cost, and lead time of the solution, as well as whether a demonstration unit can be provided to expedite the decision making process. Partial satisfaction of requirements will be considered if a solution to meet the entire requirement is proposed. Requirements: Radio Frequency (RF) Front-End: 1. The RF Front-End shall have a minimum of 1 RF Input per RF channel, up to 4 RF inputs for the final system. 2. The RF Front-End inputs shall be 50 ohms nominal. 3. The RF Front-End shall operate from 30 MHz to 6000 MHz (frequency extenders acceptable). 4. The RF Front-End shall have a maximum RF input signal level of at least +15 dBm. 5. The RF Front-End shall have a noise figure of 12 dB or better. 6. The RF Front-End shall provide an IF bandwidth of at least 20 MHz, 40 MHz preferred. 7. The RF Front-End shall provide an IF rejection of 80 dB minimum. 8. The RF Front-End shall have a tuning resolution of 1 Hz. 9. The RF Front-End shall have a tuning speed of less than 500 usec to within 1 kHz of final frequency. 10. The RF Front-End shall have manual gain control capability. 11. The RF Front-End shall have adjustable attenuation. Analog Digital Converter (ADC): 12. The receiver solution must use a separate ADC for each RF Input. 13. Each ADC must accept an external clock reference and/or 1PPS. 14. Each ADC must quantize to at least 14 bits. 15. The ADC shall have spurious free dynamic range (SFDR) of at least 80 dBc. 16. The ADC shall have differential nonlinearity (DNL) of less than +/- 0.5 LSB. 17. The ADC shall have signal to noise ratio of at least 86 dB. Digital Down Converter (DDC): 18. The receiver solution shall provide a separate DDC and I/Q data stream output for each RF Input. 19. Each DDC shall have an independently specifiable decimation rate. 20. Each DDC shall be able to accept a 1 PPS trigger. Interfaces: 21. The receiver solution shall provide external reference inputs for 10MHz and 1PPS. 22. The receiver solution shall support time stamping of data from either an internal or external source. 23. The receiver solution shall provide one RF Input for each 30-6000 MHz RF channel, up to 4 RF inputs. 24. The receiver solution connectors shall be non-proprietary and positive locking. 25. The receiver solution shall provide a high speed interface, preferably Gigabit Ethernet or USB, to offload data to external memory storage. Controls: 26. The receiver solution shall provide an API and a port to interface the internal controls. 27. The receiver solution shall provide BIT status and corresponding error codes. 28. The receiver solution shall be capable of sanitization by either not storing anything internally or having a process to erase all data. Overall Specifications: 29. The receiver solution shall perform at technical readiness level (TRL) 7 or higher. 30. Each RF receive path (tuner with digitizer or end-to-end receiver) shall be constrained within a 20 cubic inch package size or smaller, no more than 80 cubic inches for the total 4-channel solution. 31. Each RF receive path shall weigh 2 lbs maximum (tuner with digitizer or end-to-end receiver), no more than 8 lbs for the total 4-channel solution. 32. Each RF receive path shall consume no more than 4 W of power (tuner with digitizer or end-to-end receiver), no more than 16 W for the total 4-channel solution. 33. The receiver solution (tuner, digitizer, end-to-end receiver) shall be capable of operating on a nominal input voltage level of 12 VDC (3.3 VDC, 5 VDC, or 24 VDC will also be considered). Environmental: The following environmental requirements are for a final system, not meeting some or all of these environmental requirements should not preclude a company from submitting information about a system if they believe that future design and modification to the system would result in the final system meeting these requirements. 34. The receiver solution shall have an operating temperature of -20 to +60 C. 35. The receiver solution shall have a storage temperature of -40 to +70 C. 36. The receiver solution shall have an operational altitude of ground to 15000 feet. 37. The receiver solution shall have a storage altitude of ground to 40000 feet. 38. The receiver solution shall have an operational shock rating to meet MIL-STD-810F, Method 516.5, Procedure I, II using 2.5g, 11ms, 1/2 sine. 39. The receiver solution shall have a storage shock ratings to meet MIL-STD-810F, Method 516.5, Procedure I, II using 10g, 11ms, 1/2 sine. 40. The receiver solution shall have an operational vibration rating to meet MIL-STD-810F, Method 514.5 using 2g RMS, random excitation, 5-500Hz. 41. The receiver solution shall have a storage vibration rating to meet MIL-STD-810F, Method 514.5 using 3g RMS, random excitation, 5-500Hz. Submittals: A NOTE REGARDING THIS RFI: This RFI is issued solely to serve as a market survey for information and planning purposes. The results of this RFI/Survey will be used to assess the market and inform our acquisition strategy. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. All information that mentioned in this posting is located on our e-Commerce website. The address for access is https://ecommerce.sscno.navy.mil. If you are having trouble accessing the site you may have browser issues and talking to the webmaster will help to clear these issues. Please contact the SPAWAR Paperless Helpdesk for assistance at 858-537-0644 or email at paperless.spawar@navy.mil. Helpdesk Hours of operation are: Mon - Thurs: 7:00am - 4:00pm PST and Fri: 7:00am - 3:00pm PST. The web-address at the end of this announcement is a more direct approach to the announcement and documents; however, if you have security protocol issues with your browser, you will have to follow the steps above. Responses to this RFI should be e-mailed to Carel Peacock (e-mail: carel.peacock@navy.mil) or mailed to: SPAWARSYSCEN Atlantic, Attn: Code 56220 (Carel Peacock), P.O. Box 190022, N. Charleston, SC, 29419-9022. Please provide three copies of any printed material that you submit via mail. E-mail your non-technical, contract-related questions to the Contract Specialist at adam.christopher1@navy.mil. Submissions are due NLT 2:00pm EST on 20 June 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab0314f53098beee4700b394d9ba2e5d)
 
Record
SN03381540-W 20140601/140531022139-ab0314f53098beee4700b394d9ba2e5d (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.