Federal Bid

Last Updated on 11 Apr 2009 at 8 AM
Combined Synopsis/Solicitation
White sands missile range New mexico

58--Telemetry Receivers

Solicitation ID W9124Q-09-P-TELREC
Posted Date 02 Feb 2009 at 9 PM
Archive Date 11 Apr 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location White sands missile range New mexico United states 88002
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. White Sands Missile Range has a requirement for four each dual channel telemetry receivers. These are the specifications: 1. Fully compatible with ARTM/IRIG Tier 0, Tier 1, and Tier-II Phase Noise, Demodulation specifications. 2. Dual Independently Tunable Receivers with multiple first and second IF bandwidths, and internal Pre-D AM/AGC Controlled Diversity Combiner. 3. Multiple, User selected second IF FIR preprogrammed filters. Bandwidths from 50 kHz to 30 MHz available for each channel. The unit comes preprogrammed with all IRIG filters. 4. Multimode (ARTMS) tier 0, tier 1, tier 2 FM, PM, AM, BPSK, QPSK/OQPSK, FQPSK, and SOQPSK Demodulator, with data rate capability up to 20 Mbps. 5. Easy to use Front Panel control and Remote Control via RS-232 Ethernet and IEEE-488. Windows Application Software supplied, providing remote operation of front panel controls via mfg. 6. Provided interface connectors; all interface connectors to be provided, and defined for CH1, CH2, and COMB for the following outputs: analog Video Out, Data I and Q, IF Out, AGC out, Bit Synch Data and Clock, and SSR out. All connectors should be BNC in case of a type D connector then a BNC interface connector should be supplied. 7. Internal dual channel programmable Bit Synchronizer with data rates from 30 kbps to 20 Mbps, NRZ and Bi-phase-L, M, and S. 8. Frequency ranges include: 2185 MHz to 2485 MHz, 1429 MHz to 1545 MHz, 1700 MHz to 1850 MHz. The tuners center frequency shall be selectable with a resolution of 100 kHz. 9. Video filters range from 150 kHz to 15 MHz. 10. User outputs shall include AGC with levels from 0 to +-5 volts for the dynamic range of the receiver with zeroing capability. Signal level record outputs should be polarity switchable. 11. Second IF Center Frequency: 70 MHz. 12. AM Output Level: 2Vp-p into 75 ohm. 13. Envelope AM Frequency Response: High end response 50 kHz. 14. AGC Type: Envelope. 15. AGC Time Constants: 0.1, 1, 10, 100, and 1000 ms. 16. Receiver Tuning Resolution: 100 kHz. 17. Manual Gain, AGC Freeze: Variable by digital control. 18. Noise figure: 8 dB max. 19. VSWR: 1.5:1. Include the expected delivery date on the quote. Award will be made to a single offeror. The applicable NAICS code is 334220 with a size standard of 750 employees. Award will be made FOB Destination White Sands Missile Range, NM 88002. Inspection and acceptance shall be at destination. Payment will be made through DFAS Wide Area Workflow after receipt and acceptance. If you are selected, you must be registered in the Central Contractor Registration (CCR), http://www.ccr.gov/. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. See the Army Contracting Agency White Sands Missile Range Directorate of Contracting Current Solicitations and Sources Sought page at http://143.84.21.9/DOCPAGE/pages/sol_stat.htm. Download the Proposal Summary and submit it with your quote. The Proposal Summary form will have one Contract Line Item Number (CLIN) 0001. The Proposal Summary is being used instead of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. This requirement is being advertised on a full and open basis. The contract type will be fixed price. Quotes will be evaluated on price-related factors and ability to meet the specifications of the synopsis solicitation. The preferred method of submission for the quote and proposal summary is electronic e-mail to [email protected]. If you are unable to e-mail, the fax number is 575-678-4975, ATTN: Bonnie Kerns. The following provisions and clauses apply: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (in paragraph (b) the following clauses apply: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33), 52.204-7, 52.252-2, 252.211-7003, and 252.212-7001 (in paragraph (b) the following clauses apply: 252.225-7001 and 252.232-7003). FAR and DFAR text are available at http://farsite.hill.af.mil. Any response to this synopsis solicitation must be received by Tuesday, 10 February 2009 at 4:00 p.m. M.S.T.
Bid Protests Not Available

Similar Past Bids

Florida 26 May 2009 at 11 PM
Crozier Virginia 27 Apr 2010 at 4 PM
Dahlgren Virginia 17 Aug 2006 at 4 AM
Edwards California 17 May 2005 at 5 AM
Edwards California 17 Dec 2004 at 5 AM