Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2015 FBO #5047
SPECIAL NOTICE

99 -- RFI For Wideband Digital Tuner

Notice Date
9/16/2015
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_000C0CFA
 
Archive Date
10/16/2015
 
E-Mail Address
Contract Specialist
(jackie.luna@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Wideband Digital Tuner - Request for Information (RFI) Scope The Space and Naval Warfare Systems Center Atlantic (SSC-LANT) is seeking information about commercial off-the-shelf (COTS), low size, weight, and power (SWaP) tuners/receivers that are at technical readiness level (TRL) 8 or higher. Solutions acceptable for consideration include RF tuners, RF digitizers, receivers, transceivers, or Software Defined Receivers (SDRs). The purpose of this RFI is to identify an appropriate tuner/receiver solution to integrate into a COMINT system. The receiver solution will be embedded within an environmental enclosure, but still must meet minimum temperature, shock, and vibration requirements. The final system will provide at least four independently tunable channels of RF down conversion, high speed digitization, and optional post digitization processing. The total package (at least four channels, end-to-end reception through digitization) must meet or exceed tactical, environmental conditions described below. The receiver solution must be constrained within 55 cubic inches, with no one dimension exceeding 8 inches, and weighing less than 8 pounds. Power for receiver solution should not exceed 30W. Any existing processing entities, digital down-converters, decimators, re-samplers, etc., 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. 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 SSC-LANT. Partial satisfaction of requirements will be considered if a solution to meet the entire requirement is proposed (proposal to include roadmap and schedule). Responses must include: 1. Proposed solution and part number(s). 2. Receive (and objective transmit) frequency ranges. 3. Current TRL level. 4. Availability. 5. Cost. 6. Lead Time. 7. Availability of demonstration unit with an evaluation UI to expedite the decision making process. 8. Noise Figure (NF). 9. Tune Time/Speed. 10. Settling Time. 11. Dynamic Range. 12. Supported Modulation formats. 13. Sensitivity (Minimum SNR) and supported bandwidths. 14. Time/frequency reference inputs. (e.g. 1pps and 10MHz references). 15. Additional requirements for solution. 16. Current environmental and EMI/EMC specifications. Please reference any MIL-STD-810G or MIL-STD-461E testing completed. 17. Size, Weight, and Power requirements. 18. Command and Control API documentation. 19. Description of REDHAWK Front End Interface (FEI) 2.0 solution for government use, if solution is currently available. (Beneficial, but not required and can be developed.) Requirements for Wideband Digitized Tuner: 1. Technical readiness level (TRL) 8 or higher. Note that products at TRL 7 will be considered, but the vendor must provide additional details regarding plans (roadmap & schedule) for taking the system from prototype to final design. 2. Frequency Range for digitization: Threshold from 30 MHz to 6000 MHz, Objective of 2 MHz to 18000 MHz (Frequency Extenders are acceptable. However, tuner with extenders must remain within the SWaP constraints identified below.) 3. Size: Not to exceed 55 cubic inches for all RF Channels through Digitization, with no one dimension exceeding 8 inches. 4. Weight: Not to exceed 8 lbs for all RF Channels through Digitization. 5. Power: Not to exceed 30 W for all RF Channels through Digitization, capable of operating on a nominal input voltage level of 12 VDC (3.3 VDC, 5 VDC, or 24 VDC will also be considered). 6. Security: Provide a Letter of Volatility to document any internal, writable, non-removable memory. 7. Radio Frequency (RF) Front-End: a. Minimum of 4 RF Channels for receiver solution. b. Minimum of 1 independently tunable RF Input per RF Channel. c. Input shall be 50 ohms nominal. d. Maximum RF input signal level of at least +15 dBm. e. Noise figure of 12 dB or better. f. IF bandwidth of at least 20 MHz, 40 MHz preferred. g. Provide an IF rejection of 80 dB minimum. h. Provide tuning resolution of 1 Hz. i. Provide tuning speed of less than 500 usec to within 1 kHz of final frequency. j. Provide manual gain control capability. k. Provide adjustable attenuation. l. Support phase-coherent operation locked to internal or external (10 MHz) reference. 8. Analog Digital Converter (ADC): a. Provide a separate ADC for each RF Input. b. Each ADC must accept an external clock reference and/or 1PPS. c. Each ADC must quantize to at least 14 bits. d. The ADC shall have spurious free dynamic range (SFDR) of at least 80 dBc. e. The ADC shall have differential nonlinearity (DNL) of less than +/- 0.5 LSB. f. The ADC shall have signal to noise ratio of at least 86 dB. 9. Interfaces, Connections, and Controls: a. Connectors shall be non-proprietary and positive locking. b. Provide external reference inputs for 10MHz and 1PPS. c. Support time stamping of data from either an internal or external source. d. Provide a high speed interface, preferably Ethernet, for control and to offload data for processing. e. Provide an open API for control, output, BIT status, and corresponding error codes. f. Provide support for Jumbo packets when sending I/Q data over Ethernet. 10. 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 solution if they believe that future design and modifications would result in the final system meeting these requirements. a. Operating temperature: MIL-STD-810G (w/Change 1) Method 501.6 and Method 502.6, -20 to 60 degrees C b. Storage temperature: MIL-STD-810G (w/Change 1) Method 501.6 and Method 502.6, -40 to 70 degrees C c. Operational shock: i. Single Slam: 5g half sine pulses, 15-23 ms Shock test will consists of 3 positive pulses in each axis of the test item. ii. Repeated Slam: 1.5g half sine pulses, 15-23 ms Shock test will consist of 500 positive pulses in each axis of the test item. d. Storage shock: Single Slam: 10g half sine pulses, 15-23 ms Shock test will consists of 3 positive pulses in each axis of the test item. e. Operational vibration: MIL-STD-810G (w/Change 1) Method 514.7 Procedure I Category 4, Figure 514.7C-4, Composite Wheeled Vehicle - 40-minute random vibration exposure per axis of the test item. Additional Notes: Responses to this RFI should be e-mailed to Carel Peacock (e-mail: carel.peacock@navy.mil, phone: 843-218-5321) 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. ALL QUESTIONS AND RESPONSES TO THE RFI ARE TO BE DIRECTED TO carel.peacock@navy.mil. You may E-mail your non-technical questions to the Contracting Officer at Jackie.luna@navy.mil. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/86106c9af67bb7e788ecdd567e9c393f)
 
Record
SN03890472-W 20150918/150917000727-86106c9af67bb7e788ecdd567e9c393f (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.