The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN) is soliciting
information from potential sources to
provide: Tactical Radio Frequency (RF)
Direction Finding System. The
SPAWARSYSCEN Charleston is seeking
information on prototype tactical
direction finding (DF) systems. 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.
DF System:
1. The system shall withstand
operating temperatures from 0C to
+50C.
2. The system shall withstand
non-operating temperatures from -
40C to +55C.
3. The system shall withstand
non-condensing humidity from 5 % to
95%.
4. The system shall operate
from sea level to 15,000 feet.
5. The system shall operate
with shocks to 2.5g, 11ms, sine.
6. The system shall withstand
non-operating shocks to 10g, 11ms,
sine.
7. The system shall withstand
operating vibrations up to 2 grms, 5-
500 Hz random.
8. The DF system shall
support a DC power from a range of 9
36 volts.
9. The DF system shall
provide RMS accuracy not exceeding 6
for a 1 second duration signal at any
one frequency.
10. The DF system shall
achieve specified accuracy when the
field strength is 10V/m or greater.
11. 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.
12. The direction finding
system shall be reconfigurable to
minimize angle error over a preferred
frequency range
13. The direction finding
system shall have a profile that is
concealable or can be camouflaged.
14. The DF system weight shall
not exceed 20 lbs, exclusive of
mounting apparatus, masts or power
source.
15. The DF system power
requirement shall not exceed 15 watts
when fully operational.
16. The DF system shall
support configuration and data
acquisition with a laptop computer via a
TCP/IP connection.
17. The DF system shall
support configuration and data
acquisition via an RS-232C and/or USB
interface.
18. The DF system shall be
able to initiate a DF measurement
within 100 ms from an external tip-off.
19. The DF system shall
provide listen through capability
simultaneously with DF measurements.
20. The DF system shall include
an electronic compass for orientation
calibration.
21. The DF system shall include
GPS location capability and time
synchronization.
Antenna:
22. Energy sensing device
weight shall not exceed 17 pounds.
23. Antenna size shall not
exceed 15.0 inches in diameter and
6.0 inches in height.
24. The antenna size shall not
exceed 2 cu ft in a cylindrical volume
Receiver:
25. The DF receiver subsystem
shall support a scan rate of at least 40
channels per second.
26. The DF receiver subsystem
shall support CW, SSB, FM and AM
signal types
27. 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.
28. The DF receiver subsystem
shall support bandwidths of 0.5, 3, 6,
15, 50, 200 kHz
29. The DF subsystem shall
support a signal dynamic range of 75
dB or more.
Processor:
30. The DF processor
subsystem shall be able to integrate
separate measurements, up to at least
30, for enhanced accuracy.
31. The DF subsystem shall
provide internal storage for 100 lines-
of-bearings or more with time stamps.
32. The DF subsystem
measurements shall be formatted to
support geolocation with measurement
from additional DF subsystems.
33. The DF subsystem shall
provide Built-in-Test (BIT) to the card
or interface level.
It is anticipated that a solicitation will
be issued for a commercial type
contract under the test procedures of
FAR Part 13.5. The applicable NAICS
code is 334511 with a size standard of
750 employees. Firms are invited to
submit documentations (any literature,
brochures, and references) necessary
to support that they possess the
required capabilities necessary to meet
or exceed the stated requirements.
There is a five-page limitation for all
data submitted. Responses must
include the following: (1) name and
address of firm; (2) size of business,
including: average annual revenue for
past three years and number of
employees; (3) ownership (Including
Country of Ownership), including
whether: Large, Small, Small
Disadvantaged, 8(a), Woman-owned,
HUBZONE, Veteran-Owned and/or
Service-disabled- Veteran-Owned
Business and Central contractor
Registration (CCR) information (4)
number of years in business (6) DUNS
number (7) Product literature in PDF
format that identifies the ability to
meet the requirements listed above or
identify proposed unit that meets all
requirements listed above. Responses
shall be submitted via e-mail to
SPAWARSYSCEN Charleston, Diane
Kobs, Contract Negotiator, at
[email protected]. This market
survey closes 5 SEP 2008.
NOTE:
The E-Commerce website will be down
for maintenance from 8:00 pm on
Thursday, 28 August 2008 through
11:00 am on Tuesday, 02 September
2008. Please respond before or after
the above time.
Bid Protests Not Available